Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Willdan Engineering
rI Contact: Ronald Stein, PE,QSD, ENV SP Principal in Charge 714.204.9257 rstein@willdan.com #W 1 F1 s ru, W I LLDAN Table of Contents 1. Cover Letter....................................................................................................................................................... 2 2. Firms Background, Qualifications, and Experience.............................................................................................4 a) Number of years in business.................................................................................................................................4 b) Taxpayer identification number............................................................................................................................4 c) Number of years performing professional services for PMP updates...................................................................4 d) Resumes of the Project Manager and key personnel: ........................................................................................... 4 Project Manager: Rafael O. Casillas, PE.................................................................................................................5 KeyPersonnel........................................................................................................................................................5 e) Firm ownership and incorporation........................................................................................................................5 f) Parent company identification...............................................................................................................................5 3. References of California Government Agencies................................................................................................. 6 4. Complete Fee Schedule......................................................................................................................................9 5. Complementary Services.................................................................................................................................10 Pavement -Related Engineering Services.................................................................................................................10 6. Staffing and Project Organization....................................................................................................................10 7. Approach and Methodology............................................................................................................................11 8. Project Schedule..............................................................................................................................................14 9. Subcontracting Services...................................................................................................................................15 10. Disclosures.....................................................................................................................................................15 11. Acknowledgement of Insurance Requirements (Attachment 2).....................................................................16 12. Non -Collusion Affidavit (Attachment 3)......................................................................................................... 23 13. Acknowledgement of Addenda (Attachment 4)............................................................................................. 24 14. Appendix (Resumes)...................................................................................................................................... 25 401 Proposal for Pavement Management Plan (PMP) Update 1 Wt'WILLDAN 1. Cover Letter March 6, 2026 City of La Quinta Attn: Carley Escarrega, Administrative Technician 78495 Calle Tampico La Quinta, California 92253 Tel: (760) 777-7096 Email: cescarrega@LaQuintaCA.gov SUBJECT: RFP — Pavement Management Plan (PMP) Update, Project No. 2025-04 Dear Carley Escarrega: The City of La Quinta is seeking a qualified firm to provide Pavement Management Plan Update services for the City of La Quinta. With more than sixty years of experience serving municipalities across California, Willdan Engineering (Willdan) brings a well established reputation for technical excellence and reliable project delivery. Our firm offers proven expertise in pavement condition assessment, GIS database management, capital improvement planning, and long term infrastructure strategy development. These capabilities directly align with the City's objectives and position our team to serve as a strong and effective partner throughout the duration of this project. Knowledge of the City. Willdan has supported the City of La Quinta continuously since 1999 on a variety of civil engineering, traffic engineering, landscape architectural, surveying, pavement engineering, utility coordination, construction management, and financial consulting assignments. Our familiarity with the City's procedures, expectations, and internal workflows allows us to begin work efficiently and to anticipate and respond to issues in a timely and informed manner. Because our team previously supported the City through the Plan Review contract in 2019, we already have solid working relationships with City staff and a strong understanding of local requirements. This foundation enables us to deliver a seamless transition into the pavement management update process. Comprehensive Pavement Management Expertise. Willdan has prepared pavement management program updates for communities throughout California, including recent assignments for the Cities of Paramount, Los Alamitos, Inglewood, Lakewood, and Rolling Hills Estates. Our approach to pavement management emphasizes clarity, accuracy, and long term value. We develop customized systems that incorporate field condition surveys, structural index analysis, benefit cost prioritization, and multi year capital improvement planning supported by realistic and data driven budget projections. This comprehensive methodology ensures that the City receives an actionable and financially responsible roadmap for maintaining and improving its roadway network. ■ Advanced GIS Integration and Database Management. Our GIS Specialist, Rex B. Miller, offers 30 years of civil engineering experience with a strong concentration in municipal GIS development and systems integration. His ability to coordinate GIS activities and create structured database linkages supports a smooth connection between pavement condition data and the City's existing GIS infrastructure. This ensures accuracy, transparency, and long term maintainability of the pavement management database. ■ Proven Project Manager. Our proposed Project Manager, Rafael 0. Casillas, PE, brings 37 years of experience overseeing municipal roadway infrastructure and capital improvement projects. His work includes project delivery, budget monitoring, procurement compliance, and coordination with funding agencies. Mr. Casillas has a long track record of successfully advancing projects for local jurisdictions and will provide steady leadership, consistent communication, and strong administrative oversight throughout this engagement. Official Authorized to Bind the Firm. Ron Stein, PE, will serve as the Principal in Charge, and has 14 years of experience as a project manager, civil engineer, and QA/QC plan reviewer for various municipalities, including 3 A1111", Proposal for Pavement Management Plan (PMP) Update 2 years of public works experience with the Florida Department of Transportation (FDOT). He has led land development engineering teams engaged in the design of projects encompassing all aspects of the City's scope of work, conducting meticulous QA/QC plan reviews that ensured quality products that adhered to all local agency standards. At FDOT, where Mr. Stein focused on public works construction, he rotated through every office of the department —providing him with a strong technical foundation throughout the entire project lifecycle. Mr. Stein's experience in the design and construction of private and public works projects will add tremendous value to the City's process from the perspective of value engineering. Firm's contract person. Ron Stein, PE, can be reached at Willdan, 2401 E. Katella Avenue, Suite 300, Anaheim, California 92806. His phone is (714) 204-9257, and email is rstein@willdan.com. Firm's main office. Willdan's corporate office, 2401 E. Katella Avenue, Suite 300, Anaheim, California 92806. Location of the office that would service this project. Willdan, 6560 Van Buren Boulevard, Suite E, Riverside, California 92503-1542. Validity statement. All information and pricing provided in this proposal remain valid for ninety (90) days from the submission date. Conflict of interest statement. Willdan Engineering confirms that all individuals assigned to perform work for the City of La Quinta on this Pavement Management Plan Update project are free of any conflict of interest and will execute all services in accordance with applicable professional standards and ethical guidelines. Willdan acknowledges Addendum 1, which was issued on February 25, 2026. Please see Attachment 4 in Section 13 of this proposal. Willdan Engineering is committed to delivering pavement management services that provide the City of La Quinta with accurate condition assessments, data -driven prioritization, and fiscally responsible capital improvement planning. We look forward to the opportunity to serve the City. Respectfully submitted, WILLDAN ENGINEERING i Ronald Stein, PE, QSD, ENV SP Deputy Director of Engineering A1111", Proposal for Pavement Management Plan (PMP) Update 3 2. Firms Background, Qualifications, and Experience a) Number of years in business Willdan Engineering (Willdan) has been providing professional engineering services since 1964. Throughout our 61- year history, Willdan has been a consistent industry leader providing all aspects of municipal, infrastructure, and transportation engineering; program management; financial consulting; municipal planning; environmental; and energy -related services. The firm has completed numerous assignments with over 96% of the cities and counties in California, providing services for building officials, city engineers, county engineers, planning directors, and traffic engineers. b) Taxpayer identification number 95-2295858 c) Number of years performing professional services for PMP updates IN BUSINESS FOR 61 Years doN ANNUAL REVENUE OF © $566 Million (as of 2024) PUBLICLY TRADED NASDAQ: WLDN COMPANY TYPE OF ORGANIZATION California Corporation *** NUMBEROFEMPLOYEES 1770+ Municipalities and Counties Served Willdan has provided pavement management plan services to California municipalities for multiple decades. The firm has developed comprehensive pavement management systems for cities including Ridgecrest, South Gate, Malibu, and Calabasas. •� d) Resumes of the Project Manager J and key personnel: Willdan is proposing a team of knowledgeable pavement engineers and support specialists with experience in the analysis and evaluation of existing pavements, the design ' ••� ,' and construction of new pavements, pavement management, and pavement research. By combining • City/Town Willdan •, has served •J superior engineering practice with in -the -field experience J County Willdan and proven and innovative design concepts, our staff help has served cities identify the most cost-effective solutions related to 0j Willdan Office pavement maintenance and rehabilitation. Many of our team members have worked closely with Willdan's contract City engineers and directors of public works in cities with long-term contracts running 20 years or more. This experience gives Willdan a unique opportunity to monitor the performance of virtually all pavement rehabilitation strategies over extended periods to see how pavements perform and observe their service lifespan. Our team has the experience to recommend long-term solutions that will improve your pavement network. They bring specialized expertise to determine the root cause of pavement failures and provide targeted solutions. W"O' Proposal for Pavement Management Plan (PMP) Update 4 • Subsurface pavement investigation and evaluation of all fair/poor performing pavement segments • Primary and secondary recommendations for pavement rehabilitation including cost estimates for prioritization Pavement management system implementations and updates Project Manager: Rafael O. Casillas, PE • Automated, semi -automated, and manual visual pavement distress surveys • Pavement structural testing, analysis, and rehabilitation design • Pavement friction testing • Pavement profiling ■ Pavement quality control and quality assurance testing Education and Professional Credentials. Rafael 0. Casillas holds a Bachelor of Science degree in Public Administration from the University of La Verne and has completed 196 units in Civil Engineering from California State University, Los Angeles, as well as architectural studies at the Phoenix Institute of Technology. He is a registered Professional Engineer in California (License No. 68234) with 37 years of professional experience. Qualifications and Project Management Expertise. Rafael 0. Casillas is a qualified, capable, and motivated engineer with a successful track record delivering projects. He possesses vast experience managing local public works departments and public sector capital improvement projects. His direct responsibilities involve overseeing local municipal agency capital improvements for public buildings and park facilities, roadway infrastructure, water systems, sewer mains, storm drains, EV-charging stations, and traffic signal systems. Key Personnel Principal -in -Charge: Ronald Stein, PE, QSD, ENV SP. Ronald Stein holds a Bachelor of Science degree in Civil Engineering from Florida State University in Tallahassee. He is a registered Civil Engineer in California (License No. 86877) and Florida (License No. 102206), with 14 years of professional experience. Civil Lead: Matthew Crim, PE, ENV SP. Matthew Crim holds a Bachelor of Science degree in Civil Engineering from California State Polytechnic University, Pomona. He is a registered Professional Engineer in multiple states including California (License No. 94393), with 7 years of professional experience. GIS Specialist: Rex B. Miller. Rex B. Miller holds a Bachelor of Science degree in Civil Engineering from the University of Texas, Arlington. He has 30 years of experience as a civil engineer, including 8 years of experience providing technical support to civil engineering software users. Supporting Engineer: Tyrone Peter, PE. Tyrone Peter holds a Bachelor of Science degree in Engineering and Civil Engineering from Tamil Nadu College of Engineering, India, and completed additional civil engineering studies at Murugappa Polytechnic, India. He is a registered Civil Engineer in California (License No. 81888) with 20 years of professional experience. The resumes of the Project Manager and Key Personnel are in 14. Appendix (Resumes). e) Firm ownership and incorporation The firm operates as a California corporation incorporated in 1964. f) Parent company identification Willdan is a subsidiary of Willdan Group, Inc. Proposal for Pavement Management Plan (PMP) Update 3. References of California Government Agencies a) Client City of Paramount c) Project October 2019 to February and Contact 16400 Colorado Avenue Dates 2023 Paramount, CA 90723 Adriana Figueroa, Director of Public Works (562) 220-2100, afigueroa@paramountcity.com b) Project Description: Willdan Engineering has provided ongoing Capital Improvement Program planning, scoping, budgeting, and implementation for the City of Paramount since 1983. A Pavement Management System Update is performed on a three-year cycle, followed by a corresponding update of the Capital Improvements Program and implementation of the CIP street projects from design through construction. d) Staff Assigned: Rafael 0. Casillas - Project Manager IV; Rex B. Miller - GIS Specialist e) Outcome: The project was completed on schedule and within budget. Typical programmed projects range from slurry seal to arterial street rehabilitation and overlay with a total program budget for design and construction ranging between $800,000 and $1.6 million. City of Los Alamitos PMP Updates a) Client City of Los Alamitos c) Project 2013, 2015, 2017, 2019, 2021 and Contact 3191 Katella Avenue Dates and 2023 Los Alamitos, CA 90720 Ron Noda Deputy City Manager (562) 357-4520 noda@cityoflosalamitos.org b) Project Description: Willdan was selected to prepare the City of Los Alamitos 2013, 2015, 2017, 2019, 2021 and 2023 PMP Update. The Willdan pavement program includes a significant customization of data processing and output, though the central base pavement program. Willdan has developed automated systems that provide a process for assigning streets to an optimal overlay program or slurry seal program and has excellent graphical representations. Utilizing base maps from previous updates provided by the City, Willdan staff completed a thorough field review of the existing pavement condition with an assigned ID number for each street segment within the City. In addition to the Pavement Condition Index (PCI), the Willdan system also utilizes a Structural Index (SI) which is based on cracks in the pavement. The data, collected in the field on pavement rating forms, is uploaded into the Willdan pavement program system. The system is capable of producing various reports for Proposal for Pavement Management Plan (PMP) Update major and minor maintenance categorized by street classification, which can be determined by the system parameters selected. d) Staff Assigned: Ronald Stein - Principal -in -Charge; Rafael 0. Casillas - Project Manager; Rex B. Miller - GIS Specialist e) Outcome: The project was completed on schedule and within budget. a) Client City of Rolling Hills Estates c) Project Dates: 2007-2023 and Contact 4045 Palos Verdes Dr. North, Rolling Hills Dates Estates CA, 90274 Greg Grammer, City Manager (310) 318-0235, gregg@ci.rolling-hills- estates.ca.us b) Project Description: Willdan provided professional services update Pavement Management System (PMS). The 2007 project was completed in two phases. In the first phase, the existing City's PMS was reviewed, modified, and supplemented as required to upload into the program. All streets with significant deterioration were field rated with the Willdan data upload procedure to the system. Finally, standard reports and customized Capital Improvement Program reports were generated from the database for the preparation of a complete PMS report. Phase two involved program enhancements to adjust settings within the program to reflect the City's processes, costs, and priorities. In this project, benefit/cost ratio was used to prioritize the major maintenance projects. Willdan's customized processing with projections of various strategies and budget levels to various PCI ranges allowed the City to make a highly informed decision regarding funding of street maintenance in the coming years. In addition, linkage to a City base GIS mapping system was provided for mapped representations of PMS information. In 2011, 2014, 2017, 2020, and 2023 the entire 28 centerline mile system of City streets were rated, construction history update performed and a complete updated reports were prepared. In addition, Structural Index (SI) condition was added to the project and utilized to further refine the street rehabilitation and maintenance plan. d) Staff Assigned: Rafael 0. Casillas, Matthew Crim e) Outcome: The project was completed on schedule and within budget. a) Client City of Inglewood and Contact 1 W. Manchester Blvd. Inglewood, CA 90301 Tony Olmos, Public Works Director (310) 412-8716 TOlmos@cityofinglewood.org v✓ c) Project 2017-2023 Dates Proposal for Pavement Management Plan (PMP) Update b) Project Description: Willdan was selected to prepare the City of Inglewood's 2017, 2023 PMP Update. The Willdan pavement program includes a significant customization of data processing and output, though the central base pavement program. Willdan has developed automated systems that provide a process for assigning streets to an optimal overlay program or slurry seal program and has excellent graphical representations. Utilizing base maps from previous updates provided by the City, Willdan staff completed a thorough field review of the existing pavement condition with an assigned ID number for each street segment within the City. In addition to the Pavement Condition Index (PCI), the Willdan system also utilizes a Structural Index (SI) which is based on cracks in the pavement. The data, collected in the field on pavement rating forms, is uploaded into the Willdan pavement program system. The system is capable of producing various reports for major and minor maintenance categorized by street classification, which can be determined by the system parameters selected. Reports with future projections of the PCI and SI can be run to provide data for preparation of the 5-year or 7- year CIP program and budgets. d) Staff Assigned: Tyrone Peter, Matthew Crim e) Outcome: The project was completed on schedule and within budget. ItProposal for Pavement Management Plan (PMP) Update 8 4. Complete Fee Schedule CITY OF LA QUINTA PAVEMENT MANAGEMENT PROGRAM FEE SCHEDULE Friday, March 6, 2026 SUMMARYTASK Principal Manager $263 Supervising Assistant Technical SM $226 $185 $160 $124 Ad 'in $102 Estimated Hours Expenses Estimates Cost Task 1 - Project Orientation Project Orientation 4.0 4.0 4.0 4.0 4.0 20.0 $ 2,780.00 Subtotal 4.0 4.0 4.0 4.0 4.0 20.0 $ 2,780.00 U date GIS MPS Linkage 4.0 2.0 6.0 12.0 $ 1,562.00 Create PAVER Database 80.0 80.0 $ 12,800.00 Construction Histoiy 2.0 2.0 2.0 8.0 14.0 $ 2,102.00 Field Rating -All Streets 2.0 8.0 24.0 40.0 240.0 314.0 $ 1,200.00 $ 43,608.00 Subtotal 1 8.0 12.0 32.0 128.0 240.0 0.0 420.0 $ 1,200.00 $ 60,072.00 Task 3 - Status Meetings Presentation/Meetings 1 8.0 1 8.0 8.0 24.0 1 $ 3,088.00 Subtotal 1 8.0 8.0 0.0 8.0 0.0 0.0 24.0 $ $ 3,088.00 Task 4 - Strategies Run Analysis Report/Graphs 8.0 16.0 60.0 84.0 1 $ 14,368.00 Analysis and consult with City 4.0 1 8.0 16.0 28.0 $ 4,368.00 Subtotal 4.0 16.0 16.0 76.0 0.0 1 0.0 112.0 $ $ 18,736.00 Task 5 - Budget Analysis Budget Report Development 8.0 16.0 60.0 84.0 $ 14,368.00 Run Final Output 2.0 4.0 1 4.0 16.0 26.0 $ 4,204.00 Subtotal 2.0 12.0 1 20.0 76.0 0.0 0.0 110.0 $ $ 18,572.00 Task 6 - Reporting Preliminary Repo Preparation 4.0 8.0 4.0 32.0 4.0 52.0 $ 8,076.00 Prepare Final Report 12.0 8.0 2.0 16.0 6.0 1 4.0 1 48.0 1 1$ 5,890.00 Subtotal 16.0 16.0 6.0 48.0 6.0 1 8.0 1 100.0 1 $ $ 13,966.00 Update GIS 24.0 24.0 $ 4,440.00 Subtotal 0.0 0.0 24.0 0.0 0.0 0.0 24.0 $ $ 4,440.00 Presentation/Meetin s 3 8.0 8.0 8.0 8.0 32.0 $ 250.00 $ 4,818.00 Subtotal 8.0 8.0 8.0 8.0 0.0 0.0 32.0 $ 250.00 $ 4,818.00 1,450.00illm $ 126,472.00 Proposal for Pavement Management Plan (PMP) Update 5. Complementary Services Pavement -Related Engineering Services Pavement Design and Rehabilitation Engineering. Willdan provides comprehensive pavement structural analysis, rehabilitation design, and construction documentation services. Services are billed at hourly rates ranging from $189 to $253 per hour depending on engineer classification. Construction Management. Willdan provides full -service construction management for pavement rehabilitation projects identified in the PMP. Services include Labor Compliance Specialists at $150-$200 per hour, Construction Managers at $191-$207 per hour, and Resident Engineers at $215-$223 per hour. 6. Staffing and Project Organization *I+" Proposal for Pavement Management Plan (PMP) Update 10 7. Approach and Methodology Project Approach Willdan will deliver the City of La Quinta's Pavement Management Plan Update using a structured, proven approach developed through decades of work for cities across California. Our team has completed PMP updates for communities such as Inglewood, Paramount, Los Alamitos, La Puente, Rolling Hills Estates, Lakewood, and many others, providing us with a refined methodology that produces accurate PCI scoring, reliable forecasting, and practical capital planning guidance. This depth of experience allows us to initiate work quickly, navigate challenges efficiently, and apply established best practices that improve the quality and consistency of the final PMP. At the start of the project, we will confirm goals, available data, communication procedures, and reporting expectations so that the City receives clear, predictable updates from kickoff through final delivery. Field data collection will be completed entirely through manual, boots on the ground pavement surveys performed by trained inspectors who routinely conduct these assessments for our PMP clients. All pavement conditions, distresses, and geometric attributes will be verified in the field and entered directly into the PMP ** Approach each project with a spirit of resourcefulness and excellence Maintain high standards of technical quality VSeek appropriate solutions that ♦ fit the project Conduct business with truthfulness and high ethical standards database for analysis. Following data collection, our engineers will calculate PCI for each segment, develop rehabilitation and maintenance strategies, and prepare budget scenarios that illustrate current conditions, impacts of varying funding levels, and pathways to achieving the City's target PCI. We will integrate all results into the City's existing GIS, prepare a clear and comprehensive Final Report, and provide a formal presentation to City management and City Council that summarizes system needs, recommended projects, and long-term maintenance strategies. This approach ensures the City receives a complete, accurate, and actionable PMP based on methods that have proven effective across numerous California jurisdictions. Task 1— Project Orientation: Willdan will initiate the project with a comprehensive Project Orientation meeting with City staff to review Task 1 Deliverables and confirm critical project elements, including objectives, scope, ■ Project Orientation Meeting schedule, communication protocols, and data needs. The meeting will and minutes establish expectations for field operations, safety protocols, 0 Finalized schedule and data -management workflows, and quality -assurance procedures. communications plan Willdan will also coordinate with the City to review available GIS datasets, existing PMP files, and any relevant construction history necessary to support the upcoming field effort. All agreements and clarifications made during the meeting will be documented for use throughout the project. Task 2 — Field Review and Inventory: Willdan will perform a comprehensive, boots -on -the -ground field inventory of all Task 2 Deliverables City -maintained streets consistent with the RFP requirements. All 0 Complete field inventory pavement evaluations will be conducted manually by trained pavement database inspectors in the field, ensuring full compliance with ASTM D6433-2 M City -owned field forms and Our field personnel will physically walk or drive each street segment to inspection records document pavement conditions, confirm geometric attributes, and collect all required information firsthand. This approach ensures the highest level of accuracy, consistency, and W"o, Proposal for Pavement Management Plan (PMP) Update 11 direct verification of pavement distress types and severities. Field operations will be conducted in accordance with OSHA safety standards. The inventory will include, at minimum, the following: ■ Pavement geometry: street widths, section and lane lengths, lane counts, functional class, construction date, and type of last surface treatment. ■ Distress identification: longitudinal and transverse cracking, alligator cracking, block cracking, raveling, rutting/corrugation, patching and utility cuts, edge cracking, bleeding/flushing, and other distress types necessary for PCI computation. All data will be collected in a format suitable for direct integration into the PMP database and GIS environment. Task 3 — Status Meetings: During the Field Review phase and subsequent analytical phases, Willdan will meet with the City's Project Task 3 Deliverables Manager at least monthly, as required by the RFP, to review overall 0 Monthly status meeting project status, confirm the accuracy of field observations, address summaries data -collection issues, and ensure alignment with project goals. These 0 Updated action items and meetings will also be used to track schedule adherence and make any schedule adjustments (if necessary adjustments. required) Task 4 — Strategies: Upon completion of the field survey and data entry, Willdan will calculate a Pavement Condition Index (PCI) for each Task 4 Deliverables pavement section. Using these results, we will develop pavement performance curves and define repair and rehabilitation strategies ■ Section -level PCI results appropriate for the City's roadway network. These strategies will 0 Performance curves and incorporate decision -tree logic and pavement life -cycle analyses to deterioration models determine optimal maintenance actions, sequencing, and timing. The ■ Decision trees and preliminary resulting strategy framework will directly support the budgeting and treatment strategy definitions planning tasks. Task 5 — Budget Analysis: Willdan will perform a comprehensive budget analysis consisting of at least three funding scenarios identified in the Task 5 Deliverables RFP: ■ Full scenario modeling outputs 1. Unlimited Budget Scenario — Represents needs without fiscal ■ Backlog analysis constraint. 0 Summary of funding impacts 2. Current City Pavement Budget Scenario — Reflects allocated on network condition annual funding levels. 3. Ideal Budget Scenario — Identifies the funding necessary to maintain a citywide PCI of 80, the City's established performance objective. For each scenario, Willdan will evaluate long-term pavement condition forecasts, annual project prioritization, deferred maintenance implications, and overall network performance. The analysis will identify the total maintenance backlog and illustrate the comparative impacts of different funding levels on system condition. Task 6 — Reporting: Willdan will prepare and deliver a complete Executive Summary and Final Pavement Network Report in accordance with RFP requirements. The report will include the following sections: ■ Executive Summary ■ Methodology ■ Work History ■ Pavement Condition Index (PCI) Report All"' Task 6 Deliverables • Executive Summary and Final Report (hard copy + electronic formats) ■ Street inventory appendix ■ Required electronic deliverables Proposal for Pavement Management Plan (PMP) Update 12 • Condition Distribution by Functional Class ■ Network -level and project -level budget analyses • Five -Year Pavement Maintenance and Rehabilitation Plan The report will also include an appendix listing all City -maintained streets in alphabetical order with attributes such as section limits, length, width, PCI, and other inventory information. Required electronic formats will be delivered as follows: • PDF of the full report with bookmarks ■ Microsoft Word version of all written sections • Microsoft Excel file with all cost estimates and data tables ■ GIS files as specified under Task 7 Task 7 — Dynamic GIS—PMP Mapping: Willdan will populate the City's existing GIS street centerline with all pavement -condition and recommended -treatment data developed under this project. All GIS files will be delivered in formats compatible with the City's current systems. In accordance with the RFP, Willdan will also create GIS-PMP tools that allow City staff to generate maps and project lists. Deliverables will include at a minimum thematic layers for pavement condition, maintenance needs, and planned work by fiscal year. Task 8 — Presentation; Willdan will prepare and deliver a formal presentation of Final Report findings to City upper management and the City Council at a regular meeting or Study Session. The presentation will summarize field results, condition assessments, budget scenarios, and the recommended Five -Year Plan. Presentation materials will be provided in PDF and PowerPoint formats. Task 7 Deliverables ■ Updated GIS centerline dataset populated with PMP data ■ GIS layer files and metadata Task 8 Deliverables ■ City Council presentation in PowerPoint ■ PDF version for City distribution N4/ Proposal for Pavement Management Plan (PMP) Update 13 8. Project Schedule Task Name (Duration Start Finish 1 Notice -to -Proceed Project Management KickOff Meeting Status Meeting (Bi-Weekly) Inventory Updates GIS Map Creation Field Work Preliminary Report Data Input Pavement Strategy Selection GIS Updates and Map Creation Budget Analysis Meeting With City Final Report Re -Evaluate Based on City Feedback Prepare CIP Plan Update GIS and Create CIP Maps Submit to the City Present at the Council Meeting 0 days 92 days 1 day 70 days 15 days 10 days 25 days 20 days 10 days 5 days 5 days 5 days 5 days 15 days 5 days 5 days 5 days 0 days 0 days Fri 5/1/26 Fri 5/8/26 Fri 5/8/26 Mon 5/25/26 Mon 5/11/26 Mon 5/11/26 Mon 6/1/26 Mon 7/6/26 Mon 7/6/26 Mon 7/20/26 Mon 7/27/26 Mon 7/27/26 Mon 8/3/26 Mon 8/10/26 Mon 8/10/26 Mon 8/17/26 Mon 8/24/26 Fri 8/28/26 Tue 9/15/26 Fri 5/1/26 Tue 9/15/26 Fri 5/8/26 Fri 8/28/26 Fri 5/29/26 Fri 5/22/26 Fri 7/3/26 Fri 7/31/26 Fri 7/17/26 Fri 7/24/26 Fri 7/31/26 Fri 7/31/26 Fri 8/7/26 Fri 8/28/26 Fri 8/14/26 Fri 8/21/26 Fri 8/28/26 Fri 8/28/26 Tue 9/15/26 2 3 4 5 6 7 8 9 10 11 12 13 14 1s 16 17 18 19 May 2026 1 June 2026 I July 2026 1 r"MMM" 1 l 8/28 4 9/15 ItProposal for Pavement Management Plan (PMP) Update 14 9. Subcontracting Services Willdan's strength of staffing resources and available in-house disciplines enables us to provide all services and disciplines required for La Quinta's Pavement Management Program without the use of subconsultants. 10. Disclosures From time to time Willdan Engineering has liability litigation in the normal course of its work but none of which materially impacts Willdan financially or causes Willdan to be unable to perform its scope of work in any projects. Willdan has no current responsive matters to disclose Proposal for Pavement Management Plan (PMP) Update 1s 11. Acknowledgement of Insurance Requirements (Attachment 2) ecaQa�ftcv -. .......... - ATTACHMENT INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Must be executed by proposer and submitted with the proposal I, Ronald Stein, PE, QSD, ENV SIP (name) hereby acknowledge and confirm that Willdan Engineering (name of company) has reviewed the City's indemnification and minimum insurance requirements as listed in Exhibits E and F of the City's Agreement for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided if an agreement is awarded. I am Deputy Director of Engineering (Title) of Willdan Engineering (Company) Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Worker's Compensation (per statutory requirements) Must include the following endorsements: Worker's Compensation Waiver of Subrogation Worker's Compensation Declaration of Sole Proprietor if applicable Page 11 of 13 401 Proposal for Pavement Management Plan (PMP) Update 16 Willdan has the following suggested exceptions: 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to , as specified in the "Scope of Services" attached hereto as "Exhibit A" and incorporated herein by this reference (the "Services"). Contracting Party represents and warrants that Contracting Party is a provider of first- class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "industry standards" shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors' compliance with this Section. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no *I*"' 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to , as specified in the "Scope of Services" attached hereto as "Exhibit A" and incorporated herein by this reference (the "Services"). Contracting Party represents and warrants that Contracting Party is a provider of fi experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "industry standards" shall mean those standards of practice recognized by eye e more first cl firms performing similar services under similar circumstances. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with Geunsel seleGted by City , and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors' compliance with this Section. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no Proposal for Pavement Management Plan (PMP) Update 17 voice in the selection, discharge, supervision, or control of Contracting Party's employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System ("PERS") as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers' compensation laws regarding Contracting Party and Contracting Party's employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers' compensation laws. City shall have the right to offset against the amount of any payment due to Contracting v✓ voice in the selection, discharge, supervision, or control of Contracting Party's employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of anyjoint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder unless due to City's active or sole negligence. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System ("PERS") as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers' compensation laws regarding Contracting Party and Contracting Party's employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers' compensation laws. City shall have the right to offset against the amount of Proposal for Pavement Management Plan (PMP) Update 18 Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party's failure to promptly pay to City any reimbursement or indemnification arising under this Section. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in "Exhibit F" ("Indemnification") which is incorporated herein by this reference and expressly made a part hereof. 8.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys' fees; provided, however, that the attorneys' fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys' fees shall include attorneys' fees on any appeal, and in addition a party entitled to attorneys' fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 2. Retention. Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party's failure to promptly pay to City any reimbursement or indemnification arising under this Section. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by , and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in "Exhibit F" ("Indemnification") which is incorporated herein by this reference and expressly made a part hereof. 8.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys' fees; previded, however, that IiAttorneys' fees shall include attorneys' fees on any appeal, and in addition a party entitled to attorneys' fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 2. Retent*en. Payments shall be made on acceFdance aGGOFdanee with said Sections Gity sh-,II pay �r:�!sirtrrs�nr.�v��w�:rrrr_sr�s�u- - �- — bULN.ANRMAh;M2i A1111111"" Proposal for Pavement Management Plan (PMP) Update 19 any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City's failure to deduct or withhold shall not affect Contracting Party's obligations under the Agreement. 6. Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Cyber Liability $1,000,000 per occurrence/$2,000,000 aggregate Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, Cyber Liability $1,000,000 per occurrence per claim/$2,000,000 aggregate Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per per claim/loss which shall include the following coverage: a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel `elected by City , and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, Proposal for Pavement Management Plan (PMP) Update 20 agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with Geunsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. Notwithstanding the foregoing, Contracting Party's obligation to indemnify shall not extend to any liability arising out of the active or sole negligence or misconduct of the Indemnified Parties. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party's Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents ("Indemnified Parties") from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or A111111"" Proposal for Pavement Management Plan (PMP) Update 21 omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. Proposal for Pavement Management Plan (PMP) Update 22 12. Non -Collusion Affidavit (Attachment 3) NON -COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal 1, Ronald Stein, PE, QSD, ENV SP I am Deputy Director of Engineering ATTACHMENT (name) hereby declare as follows: of Willdan Engineering (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, orto fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, orthe contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under th wssoof the State of California that the foregoing is true and correct. Proposer Signature: Proposer Name: Proposer Title: Company Name: Address: Ronald Stein, PE, QSD, ENV SP Deputy Director of Engineering Willdan Engineering Corp. Office: 2401 E. Katella Avenue, Suite 300, Anaheim, CA 92806 Page 12 of 13 *11" Proposal for Pavement Management Plan (PMP) Update 23 13. Acknowledgement of Addenda (Attachment 4) 0CaQa�fra ATTACHMENT ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executed by proposer and submitted with the proposal, If no addenda has been issued, mark "N/A" under Addendum No. indicating Not Applicable and sign ADDENDUM NO. SIGNATURE INDICATING RECEIPT No.1 Page 13 of 13 Proposal for Pavement Management Plan (PMP) Update 24 14. Appendix (Resumes) ■ Ronald Stein, PE, QSD, ENV SP: Principal in Charge • Rafael Casillas, PE: Project Manager ■ Matthew Crim, PE, ENV SP: Civil Lead • Mohsen Soumi: Field Inspector ■ Rex B. Miller: GIS Specialist • Tyrone Peter, PE: Supporting Engineer Proposal for Pavement Management Plan (PMP) Update 25 Ron Stein, PE, QSD, ENV SP Deputy Director Role: Principal in Charge Ron Stein offers expertise as a project manager, civil engineer, and quality assurance EDUCATION plan reviewer for various municipalities. He has led land development engineering BS, Civil Engineering, teams engaged in designing projects encompassing storm drains, grading, erosion Florida State University control, street improvements, striping, traffic control, and utilities. Ron is highly skilled Tallahassee, FL in development and review of hydrology/hydraulic calculations and reports, cost ASSOCIATIONS estimates, stormwater pollution and prevention plans, water quality management Group/Association plans, and erosion and sediment control plans. He brings valuable public works PROFESSIONAL experience from his three years with the Florida Department of Transportation, where CERTIFICATIONS he rotated through every office of the department and acquired a strong, diverse Civil Engineer, California technical foundation. No. 86877 Relevant Project Experience Civil Engineer, Florida Project Administrator, FDOT. PE Trainee. Rotated through all engineering and No. 102206 operations offices of FDOT including PD&E, Roadway Design, Structures Design, CADD, Qualified SWPPP Construction, Maintenance, Materials, Budget, Work Program and Safety. As a project Developer (QSD), No. administrator I worked on multiple projects throughout the state of Florida including C86877 the 1-275 / Selmon Expressway Post -Tensioned Bridge Construction in Tampa, FL, ENVSP, Institute for Highway Lighting project installing 35 Light Poles for Manatee County, Sidewalk Sustainable improvement project through the City of Sarasota and updating the standard plans for Infrastructure No. the Central Office in Tallahassee, FL. This experience gives me a thorough understanding 56028 of FDOT standard specifications and regulations. Aviation Boulevard Design, City of Inglewood, CA. Project Manager. Willdan is providing design services for Aviation Boulevard. The design includes roadway 4 YEARS OF EXPERIENCE resurfacing, new curb and gutter, sidewalks, ADA curb ramps, driveways, traffic signal upgrades, streetlighting upgrades, landscaping, and Intelligent Transportation Systems (ITS) upgrades on Aviation Boulevard from Arbor Vitae to Manchester Boulevard. On -Call Engineering Services, Various Agencies, CA. Civil Lead. Willdan has provided general engineering services to various agencies throughout the nation. In addition to providing extension of staff services, Willdan has provided traffic engineering, assessment engineering and district formation, public works permits/inspection, development review, CIP design and construction management/inspection, CDBG administration, grant writing, and NPDES services. These services encompass — but are not limited to — study and report research and preparation; plan, specification, and cost estimate preparation; funding source and availability consultation; development impact studies; plan checking; City staff, commissions, and council report preparation; staff, commissions, and council meeting attendance and participation. City of Bell • City of Laguna Beach • City of Ridgecrest City of Inglewood • City of Los Alamitos • City of Rolling Hills Estates City of Lakewood • City of Paramount • De Luz Community Services District On -Call Engineering Services, City of Paramount, CA. Civil and Drainage Lead. Willdan has provided general engineering services to the City of Paramount for over 40 years and presently serves as City Engineer and City Water Engineer. In addition to providing extension of staff services, Willdan has provided traffic engineering, assessment 26 engineering and district formation, public works permits/inspection, development review, CIP design and construction management/inspection, CDBG administration, grant writing, and NPDES services. These services encompass — but are not limited to — study and report research and preparation; plan, specification, and cost estimate preparation; funding source and availability consultation; citizens' request and complaint investigations/resolutions; development impact studies; plan checking; City staff, commissions, and council report preparation; staff, commissions, and council meeting attendance and participation; and City department coordination to implement desired City improvements and updates. On -Call Plan Check Services, City of Rialto, CA. Project Manager. Willdan provides plan checking services for all improvement plans including residential subdivision review, private developments, public street improvement plans, traffic plans, and grading operations. Willdan is also tasked with providing all map reviews and works in the function as the acting City Surveyor for these reviews. In addition to the improvement plans, Willdan reviews all technical design reports associated with the improvement plans including hydrology, utilities, SWPPP, WQMP and sediment control plans. 27 EDUCATION BS, Public Administration, University of La Verne Civil Engineering, California State University Los Angeles Architecture, Phoenix Institute of Technology PROFESSIONAL CERTIFICATIONS Civil Engineer, California No. 68234 Rafael O. Casillas, PE Role: Principal Project Manager Rafael O. Casillas is a qualified, capable, and motivated individual with a successful track record for project delivery. He possesses vast experience managing local public works departments and public sector capital improvement projects. Mr. Casillas' direct responsibilities involve overseeing local municipal agency capital improvements for public facilities, roadways, water systems, sewer mains, storm drains, and traffic signals systems. In addition to his design experience, he is highly adept with project schedule management, quality and project budget control, accurate construction estimates, construction support, and funding administration required for federal, state, and local grants. Mr. Casillas possesses expertise in supervising project teams consisting of civil designers, consultants, and contractors and is very knowledgeable in pavement preservation, local municipal codes, California Environmental Quality Act, and Subdivision Map Act compliance. Relevant Project Experience On -Call Engineering Services, City of Paramount, CA. Contract City Engineer. Willdan has provided general engineering services to the City of Paramount for over 46 years and presently serves as city engineer and water engineer. In addition to providing extension of staff services, Willdan has provided traffic engineering, assessment engineering and district formation, public works permits/inspection, development review, CIP design and construction management/inspection, CDBG administration, grant writing, and NPDES services. These services encompass — but are not limited to — study and report research and preparation; plan, specification, and cost estimate preparation; funding source and availability consultation; citizens' request and complaint investigations/resolutions; parking lot improvements, development impact studies; plan checking; City staff, commissions, and council report preparation; staff, commissions, and council meeting attendance and participation; and City department coordination to implement desired City improvements and updates. Florence Avenue Street Improvement Project, City of Downey, CA. Project Manager. Willdan provided engineering design services forthe preparation of plans, specifications and estimates (PS&E) for street improvements on Florence Avenue between Tweedy Lane and Brookshire Avenue. The City of Downey requested that the following project features be included: removal and replacement of deteriorated pavement including base if deemed necessary, grind and overlay including edge grind and cross fall correction as needed, mini grind and patching, crack sealing as needed, slurry sealing as needed, striping, signing, curb painting and pavement markings. FY 2024-2025 Capital Improvement Projects, City of Westlake Village, CA. Project Manager. The project scope consists of providing professional design services for various improvements on thirteen (13) street segments approximately four (4) miles. The rehabilitation and improvements consisted of a combination of pavement maintenance strategies. The pavement maintenance strategies incorporated in this project were crack and slurry seal, cold milling and overlaying with asphalt rubber hot mix (ARHM) with high tensile fiber (HTF), selective removal and replacement of deteriorated pavement, removals and repairs to Portland cement concrete (PCC) sidewalks, driveways, curbs and gutters, ADA curb ramps, associated root pruning and/or tree removals and approximately ten (10) additional locations of PCC repairs. 28 Street Improvements on Various Streets FY 2022/23, City of La Puente, CA. Project Manager overseeing the civil design group on preparing construction plans, specifications and estimates. The project consisted of over 4-million dollars of street rehabilitation construction citywide consisting of pavement repairs, concrete improvements, ADA upgrades and traffic signing upgrades. Centinela Avenue Street Improvements and Traffic Signal Modification (HSIP), City of Inglewood, CA. Civil Design Lead. Willdan was selected to provide professional engineering design services for the preparation of plans specifications and estimates (PS&E) for the street improvements on Centinela Avenue from La Cienega Boulevard to Florence Avenue. The project included the following improvements: reconstruction of curb and gutter, resurfacing with Asphalt Rubber Hot Mix (ARHM) to prevent more serious and costly deterioration which could lead to complete reconstruction, reconstruction of existing damaged and uplifted concrete sidewalk, installation of new access curb ramps compliance with the Americans with Disabilities Act (ADA) requirements, installation of landscape along the parkway as well as signing and striping, street lighting and fiber optic interconnect. Walker Avenue at Florence Avenue Intersection Improvements and Widening, City of Bell, CA. Project Manager. Willdan provided design services for the intersection improvements at Walker Avenue and Florence Avenue involved increasing the northeast turning radius (right -turn movement) and widening the easterly curb line on Walker Avenue. The scope encompassed AC pavement cold milling; ARHM overlay application; driveway approach, sidewalk, curb, gutter, and curb ramp removals and replacements; signing and striping; traffic signal modifications; and other related improvements. 2020 Arterial Street Resurfacing, City of Paramount, CA. Project Manager. Willdan provided design services for arterial streets involved in the resurfacing program for 2019/2020. The project limits were Alondra Boulevard from Hunsaker Avenue to the Los Angeles River, Downey Avenue from the south city limit to Alondra Boulevard, and Orange Avenue from Rosecrans Avenue to the north city limit. The scope consisted of various street improvements, cold milling, rubberized asphalt overlay, curb ramp modifications, sign and pavement legend replacements, traffic signal upgrades, and miscellaneous concrete repairs. Lindero Canyon Road Sidewalk and Parkway Improvements, City of Westlake Village, CA. Project Manager. Willdan provided engineering services to generate plans, specification and engineers estimate for Lindero Canyon Road sidewalk and Parkway improvements. The proposed Parkway improvements consist of new sidewalk, concrete retaining and slough walls, irrigation modifications and landscape alterations. The segments of Parkway improvements were on West side of Lindero Canyon street from Agoura Road to Westgate driveway, approximately 550 linear feet. This section of the sidewalk was placed between the landscape Parkway and existing iron fence. The proposed sidewalk was also on the west side of Lindero Canyon Road from Westgate driveway to Barronsgate Road approximately 550 linear feet. This section of sidewalk will be adjacent to the curb. The existing turf was removed and replaced with new 4-inch PCC sidewalk. The grading to the back of the new sidewalk along this segment was cut at 2:1 maximum slope. This project also included a new sidewalk along the east side of Lindero Canyon Road from Whim Drive to Hedgewall Drive, approximately 1,400 linear feet. The project included landscape enhancements and utility coordination. 29 EDUCATION BS, Civil Engineering, California State Polytechnic University, Pomona PROFESSIONAL CERTIFICATIONS Civil Engineer, Florida No. 100973 Civil Engineer, Arizona No. 79000 Civil Engineer, California No. 94393 Civil Engineer, Maine No. PE18713 Civil Engineer, Nevada No. 032651 Civil Engineer, Texas No. 149457 Envision Sustainability Professional, Institute for Sustainable Infrastructure (ENV SP) No.45380 Matthew Crim, PE, ENV SP Supervising Engineer Role: Civil Lead Matthew Crim participates in infrastructure planning and the design and preparation of plans, specifications, and estimates of various types of public improvement projects including, but not limited to transportation, storm drainage, water and sewer facilities, and minor structures. He assists in the collection of engineering and survey data, the development of design and construction standards for public improvements, and the inspection of public works projects. He has designed curb ramps, driveways, parking lots, and street cross sections; and developed estimates for varying design projects. He has also designed and run models for vehicle movement down a proposed corridor. Mr. Crim has written specifications used in multiple cities for a variety of projects and applied standards to designs and to ensure things are to code throughout the design process. He has participated in the design of the master plans for sewage and storm drain systems, completing SWDR and SWPPP reports for multiple projects. He has analyzed watersheds and treatment methods for both existing and proposed conditions of pavement projects. Relevant Project Experience Pavement Management Program (PMP) Updates, Various Clients, CA. Project Manager. ■ PMP Update 2023 & 2026, City of Inglewood • PMP Update 2021, 2023, & 2025 City of Los Alamitos ■ PMP Update 2023, 2026 City of Rolling Hills Estates • PMP Update 2025 Santa Lucia CSD Malvern Avenue Street Improvements, City of Buena Park, CA. Civil Design Engineer. Willdan provided engineering design services for the 1.75-mile street improvement project including implementing Class II bike lanes. The project improvements encompassed asphalt pavement, ADA curb ramps, curb and gutter, sidewalks, catch basins, signing and striping, and bicycle detection at traffic signals. Street rehabilitation strategies involving cold -mill with ARHM overlay and/or full -depth reconstruction were based upon the geotechnical report. Existing PCC deficiencies along each street segment were discussed and reviewed. Curb, gutter, and cross gutter flowline challenges and non -compliant ADA features were identified along with existing sidewalk, access ramps, and driveway challenges.. This project won an APWA BEST award as well as an ASCE award. Citywide Street Resurfacing, City of Pico Rivera, CA. Civil Design Lead. Matt Crim served as the Civil Design Lead for the Citywide Street Rehabilitation Project — Overlay and Reconstruction. His role encompassed the delivery of comprehensive engineering design services, including preliminary engineering, topographic surveying, and the development of plans, specifications, and cost estimates. He led the assessment of existing pavement conditions across targeted street segments and provided strategic recommendations for cape seals (Type 2 Slurry over ARAM), slurry seals, rehabilitation and reconstruction. The scope of improvements included pavement overlay and reconstruction, parkway enhancements such as the replacement of damaged sidewalks, 30 curbs, gutters, and driveway approaches, and the installation or upgrade of curb ramps to meet ADA compliance Citywide Street Resurfacing, City of La Puente, CA. Civil Design Lead. Matthew Crim served as the Civil Design Lead for the delivery of professional engineering design services for the Street Improvements on Various Streets Project for Fiscal Year 2024-25. This project, funded through SB1 (RMRA), Proposition C, and STPL Xchange Funds, encompassed a broad range of infrastructure upgrades aimed at enhancing roadway safety, accessibility, and longevity. Mr. Crim led the civil design efforts, which included the development of construction documents for pavement rehabilitation, geometric improvements, and parkway restoration across multiple street segments. His responsibilities also included traffic design elements such as signing and striping plans, curb ramp upgrades for ADA compliance, and coordination of traffic signal loop replacements. In addition, he oversaw utility coordination to ensure seamless integration of improvements with existing infrastructure, minimizing service disruptions and facilitating efficient construction Orangethorpe Avenue Rehabilitation Project, City of Buena Park, CA. Civil Design Task Lead. Willdan provided design services for Orangethorpe Avenue Rehabilitation Project from Western Avenue to Stanton Avenue, for a total length of approximately 0.50 miles. The project also included 1000 feet of Beach Boulevard north and south of Orangethorpe Avenue and incorporated street rehabilitation and re striping to account to better access to the business within the multi -use corridor. The project identified and corrected existing PCC deficiencies along each street segment including sidewalk, curb and gutter and cross gutter. The City also desires to install Class II bike lanes along the project limits on Malvern Avenue. The project team will evaluate the existing on -street parking, surrounding land use, and traffic circulation to determine the most feasible geometric layout of installing Class II bike lanes while maintaining existing on -street parking and roadway capacity. Where on -street parking exists, the bike lane will be installed between the parking lane and travel lane. Darby/Dixon Parking Lot, City of Inglewood, CA. Project Manager. Willdan provided professional engineering services for design of the rehabilitation of two public parking lots located at Darby Avenue and Dixon Avenue S (APN 4030-004-912 & APN 4030-005- 909) under Agreement No. 22-023 approved October 26, 2021. The project limits are within the City's R/W in the existing parking lot on the NW corner of Darby Avenue and the unimproved field at the intersection of Darby Avenue and Dixon Avenue. 31 Mohsen Soumi Technical Aide III Role: Field Inspector EDUCATION Mohsen Soumi, Technical Aide for Willdan, has provided pavement rating and High School Graduate reconstruction repair marking and recording for thousands of miles of streets in many cities throughout Southern California. He has also provided quality services of CAD Glendale Community drafting and GIS mapping and Excel spreadsheet work. Mr. Soumi has demonstrated the College and Long Beach Community College, consistent, methodical and meticulous workmanship on all of his projects. Engineering and Prior to and in concurrent years while working for Willdan, Mr. Soumi had numerous Architectural Major CAD drafting assignments over the past 20 years. His experience included design of CAD Drafting, Pavement parking lots with full parking lot lighting and improvements in street public right-of-way. Design and Construction Permit acquisition was also an important duty. Inspection and GIS Development Relevant Project Experience Pavement Management System (PMS) Report Update, City of Rancho Palos Verdes, CA. Field Surveyor. Mr. Soumi provided pavement rating services to update the City of Rancho Palos Verdes' pavement management system with over 700 street segments. Willdan updated City's MicroPaver Pavement Management System to Willdan MicroPaver PMS, including cyclical budgets for 8 zones plus arterial system, using Willdan's electronic data gathering system. A complete report with mapped exhibits is included, plus full linkage to City's GIS system. Crackfill Project, City of Indian Wells, CA. Mr. Soumi provided construction inspection services for the City's Fire Access Maintenance District crackfill project. Pavement Management System (PMS) Report Update (16269), City of Paramount, CA. Field Rater. Mr. Soumi provided pavement rating services to update the City of Rancho Palos Verdes' pavement management system with over 400 street segments. Willdan prepared an updated the City's Pavement Management System Report. Asphalt Rubber Slurry Project, City of Indian Wells, CA. Mr. Soumi provided construction inspection services for the City's Fire Access Maintenance District project using Tire Rubber Modified Asphalt Slurry. Pavement Management System (PMS) Report Pavement Plus, City of Lakewood, CA. Field Rater. The project involves the creation of a new pavement management system for the entire City using Cartegraph PavementPlus software using Willdan's electronic data gathering system. A complete report with budgets and mapped exhibits are included, plus full linkage to the City's GIS system. 9th Street Pavement Rehabilitation Project, City of Highland, CA. Mr. Soumi provided reconstruction repair marking for this arterial street rehabilitation project. Challenging varying conditions in opposing street sides and in different segments required careful evaluation of each situation. City required that grades remain unchanged, further amplifying the need for careful consideration of reduced thicknesses due to cold planing. Willdan provided professional engineering design services for the pavement rehabilitation of 9th Street between Del Rosa Drive to Palm Avenue (str11002a). The services include pavement engineering, utility coordination, preparation of plans, specification and estimate (PS&E) and engineering during construction. Some locations along the project limits have cross -slope grades in excess of 6% and will require 32 identification as well as alternate pavement methods to reduce the cross slopes to less than 6% where feasible, furthermore, some portions of the project limits have recently been resurfaced and elimination of those limits from the project rehabilitation will need to be identified. We understand the City is about to complete the PS&E for the 9th Street Improvement Program (str11002), funded through the federal Highway Safety Improvement Program (HSIP). The original intent of the federal project was to slurry seal the project limits. However, after review of the existing pavement conditions, it was assessed a rehabilitation of most of the project limits would provide the greater benefit to the life expectancy of the project. Both projects will include the same projects limits, however since one involves federal funds, the City has decided to bid the projects out as two separate project (str11002 and str11002a) to avoid further delays and jeopardize the federal funding. The primary objective is to bid out the project simultaneously and have the contractors coordinate with each other to avoid restriping the project limits twice and avoid duplication of construction work. We do not anticipate development of temporary striping plans. Instead, we suggest cat tracking with reflective tabs be proposed in the specification using the ultimate striping plan as the guide, however if desired, temporary striping plans can be prepared using the 9th Street highway safety improvement signing and striping as a base. Atlantic Avenue Arterial Rehabilitation Project, City of South Gate, CA. Mr. Soumi provided reconstruction repair marking for this arterial street rehabilitation project. The street was in very poor condition with a high traffic volume expected to grow substantially. Three levels of rehabilitation were required, including asphalt rubber interlift prior to ARHM overlay, with extensive reconstruction repairs, plus addition of Glasgrid in many segments where cost of reconstruction of all excessively weak areas was prohibitive. Pavement Management System (PMS) Update (17317), City of Temecula, CA. Field Rater. Mr. Soumi provided pavement rating services to update the City of Temecula's pavement management system, including over 2,000 street segments. Pavement Management System, City of Rosemead, CA. Field Rater. Mr. Soumi provided pavement rating services to update the City of Rosemead's pavement management system with over 600 street segments, the first update since his prior rating for the original PMS in 2004. 33 Rex B. Miller Role: GIS Specialist Rex Miller has 30 years of experience as a civil engineer, including 8 years of experience providing technical support to civil engineering software users. He coordinates all GIS- EDUCATION related activities at Willdan Engineering, and provides GIS consulting, training, and es, Civil Engineering, staffing support throughout the Willdan Group of Companies (WGI). He is responsible University of Texas, for training engineers and technicians in the use of GIS, and works with the IT Arlington Department to acquire, install and configure GIS hardware and software. He supports WGI's disciplines in municipal planning, public agency accounting and financing, PROFESSIONAL CERTIFICATIONS geotechnical engineering, environmental engineering, land surveying, traffic analysis, Orange County GIS User transportation planning, and public safety operations solutions in emergency response Group and disaster management. Southern California Mr. Miller uses GIS to support administration, planning, and management activities of HAZUS User Group government agencies, is proficient in the use of CAD systems and provides expertise in CAD/GIS interoperability. He is familiar with software for hydraulic modeling and coordinate -geometry calculations and has experience in optimizing GIS databases for use as a data source for analysis and design applications. He is experienced in linking 0+ YEARS OF EXPERIENCE spreadsheets and databases to interact with GIS Relevant Project Experience Pavement Management Program (PMP) Updates, Various Clients, CA. GIS Specialist. • PMP Update 2017, 2020 & 2023, City of Inglewood ■ PMP Update 2012 and 2017, City of La Puente • PMP Update 2016, 2019 & 2021, City of Los Alamitos ■ PMP Updates 2006, 2017 & 2022, City of Lakewood • PMP Update 2009, 2012, 2015, 2019 & 2022, City of Paramount ■ PMP Update 2017, City of Ridgecrest • PMP Update 2011, 2014, 2017, 2020, 2023, City of Rolling Hills Estates ■ PMP Update 2022, 2025 Santa Lucia CSD Willdan developed citywide Local Roadway Safety Plans (LRSP) to identify safety problems, collision hot spot locations, identify systemic trends, and develop recommendations for safety improvements. The LRSP provided each jurisdiction with an opportunity to proactively correct high collision or problem locations and prevent local road fatalities and injuries. A list of intersections and corridors with the most high - severity collisions was identified and a closer analysis was presented for each of the top intersections and corridors. GIS maps were developed for each jurisdiction to identify hot spot locations with a high amount of severe crashes. Other maps were developed to identify locations of schools, parks, and other community destinations, as well as maps of only pedestrian and bicycle crashes, intersection related crashes and midblock crashes. Mr. Miller has experience working with various agencies and developing GIS maps on the following Local Road Safety Plan/ Systemic Safety Analysis Report projects. ■ City of Bell (2021) • City of Downey (2022, 2024) 34 • City of Inglewood (2022) ■ City of La Canada Flintridge (2018, 2024) • City of La Puente (2022) ■ City of Lakewood (2022) • City of Paramount (2022) ■ City of Ridgecrest (2019) • City of Rolling Hills Estates (2022) ■ City of West Covina (2018) • County of Napa (2020) 35 Tyrone Peter, PE Director of Engineering JS Role: Supporting Engineer EDUCATION Tyrone Peter is an accomplished civil engineer for multi -discipline and multi -agency es, Engineering and Civil infrastructure projects. He is known for providing innovative, quality engineering Engineering, Tamil Nadu services to ensure project delivery within budget and schedule. Tyrone's years of College of Engineering, experience managing and designing all types of public works projects provide him with a India solid foundation to determine what is needed to deliver a successful project —making him the perfect fit to oversee an entire project, as well as perform specific civil Civil Engineering, engineering tasks. Murugappa Polytechnic, India Tyrone's comprehensive experience includes design of state highways, new streets, REGISTRATIONS/ street widening, street realignment, pavement rehabilitation, light rail and railroad, CERTIFICATIONS grade separation, flood control facility, water, and sewer projects. He has supervised Civil Engineer, California feasibility studies, project study reports, project reports, construction document No. 81888 preparation as well as grade certification issuance, construction administration, and construction inspections. He is proficient at managing large project teams with AFFILIATIONS subconsultants and multiple technical disciplines. American Society of Civil Engineers Relevant Project Experience Citywide Pavement Rehabilitation, City of Pico Rivera, CA. Project Manager. Willdan provided engineering design services, including preliminary engineering, surveying, and preparation of plans, specifications and estimates (PS&E) for assessment of the existing pavement conditions of identified streets, and provide recommendations for the Citywide Street Rehabilitation Project —Overlay and Reconstruction. Improvements for the project include pavement rehabilitation on various roadways segments; parkway improvements, such as reconstruction of existing damaged and uplifted concrete sidewalk, curb and gutter, and drive approaches. Additional Pavement Management and Street Improvement Projects, Various Clients, CA. ■ PMP Update 2017, 2020 & 2023, City of Inglewood • City of Manhattan Beach ■ 2024 Pavement Management Plan • PMP Update 2012 and 2017, City of La Puente ■ PMP Update 2016, 2019 & 2021, City of Los Alamitos • PMP Updates 2006, 2017 & 2022, City of Lakewood ■ PMP Update 2009, 2012, 2015, 2019 & 2022, City of Paramount • PMP Update 2017, City of Ridgecrest • PMP Update 2023, Santa Lucia CSD • Street Resurfacing on Various Streets 2022-2023, Eastern Avenue Street Resurfacing, City of Bell ■ Annual Resurfacing Project FY 2021-2022, 2022-2023, City of Rolling Hills Estates • Citywide Street Rehabilitation at Various Locations, 2020-2021, City of Pico Rivera ■ Annual Pavement Rehabilitation, City of Lynwood 36 • Santa Anita Street Improvements, City of El Monte ■ Asphalt Rubber Cap Seal, City of Suisun City • West Ward Avenue Street Resurfacing, City of Ridgecrest ■ Wright Road Rehabilitation, City of Lynwood On -Call Engineering Services, City of Pico Rivera, CA. Project Manager. Willdan has provided general engineering services to the City of Pico Rivera for over 32 years. These services encompass CIP design and construction management and inspection, traffic engineering, public works permitting and inspection, development review, CDBG administration, grant writing, geotechnical engineering and materials testing, right-of- way engineering, drainage engineering; bridge and slope repair, environmental compliance and planning, energy auditing, and NPDES services to name a few. Under these disciplines services, Willdan performs study and report research and preparation; plan, specification, and cost estimate preparation; funding source and availability consultation; development impact study research; plan checking; and City department coordination to implement desired City improvements and updates. On -Call City Engineering Services, City of Ridgecrest, CA. Project Manager/Civil Task Manager. Willdan has been providing the City of Ridgecrest with as -needed multi- disciplinary engineering services since 2010 and presently provides engineering services for various public works projects. Under our on -call contract, Willdan provides design engineering, environmental compliance, bidding assistance, construction management and inspection, material testing, surveying, special funding administration, labor compliance, pavement management, land development plan check, right-of-way acquisition with legal descriptions, and assessment district engineering for improvements throughout the City of Ridgecrest. State Route 63 TCRP No. 129, Yucca Valley, CA. Project Manager. Willdan prepared the PS&E documents for construction of raised medians curbs and gutters and sidewalk additions along a 1.7-mile segment of State Highway (SR 62) in the Town of Yucca Valley, San Bernardino County, California. Willdan's tasks encompassed obtaining field survey for design use and a report on the potential for aerially deposited lead (ADL) affecting the construction phase. Plans and specifications were converted from metric to English units as criteria changed. Reports and discussions on relevant materials and drainage factors occurred while preparation of plans specifications and construction estimates proceeded through development and review processes. The RW requirements and contract documents were nearing 100% approval. Street Resurfacing/Improvements — Zone 2, City of El Monte, CA. Project Manager. The project will resurface over 8-1/2 miles of local streets in the northwest section of the city. The adjacent properties are developed with primarily residential homes with a few churches, school, and commercial uses. The project will involve three different resurfacing strategies — grind and overlay, cape seal, and slurry seal. Including the various pavement strategies provide an advantage to monitor the construction budget during the design process and revise the pavement strategies as necessary to maximize the pavement life of the improvements while keeping costs within the City's construction budget. 37 CITYWILL 562.91