HomeMy WebLinkAbout05 APPROVE CONSULTANT SERVICES AGREEMENT FOR STORM DRAIN MASTER PLANDocusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
MEETING DATE
TO:
FROM:
SUBJECT:
SUMMARY:
Agenda Item 5
Initial
AGENDA REPORT Reviewed: a`L�
City Manager
Finance Director 9
AUGUST 5, 2025
ALDO E. SCHINDLER, CITY MANAGER
MICHAEL GRISSO, DIRECTOR OF PUBLIC WORKS
APPROVE CONSULTANT SERVICES AGREEMENT FOR STORM
DRAIN MASTER PLAN
Staff is recommending the City Council approve a Consultant Services Agreement with
Rick Engineering Company to prepare a Storm Drain Master Plan for the City of Tustin.
The agreement will enable the City to evaluate the current condition and capacity of the
storm drain infrastructure, identify system deficiencies, and develop a prioritized, fundable
Capital Improvement Program.
RECOMMENDATION:
It is recommended that the City Council:
1. Approve the Consultant Services Agreement with Rick Engineering Company to
prepare a Storm Drain Master Plan and authorize the City Manager to execute the
Agreement on behalf of the City; and
2. Authorize the City Manager to approve an amendment to the agreement of up to ten
percent (10%) of the negotiated fee, to address any unforeseen change in the scope
of work that is determined necessary to complete the planning process.
FISCAL IMPACT:
The Fiscal Year 2025-2026 Capital Improvement Program Budget has allocated
$500,000 from Gas Tax (Fund 130) for this project. The proposed Consultant Services
Agreement (Attachment 1) with Rick Engineering Company includes a not -to -
exceed total compensation amount of $449,700.00, unless the City Manager amends
the agreement in accordance with Recommendation 2 above. As such, sufficient
funds exist for the recommended actions.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
City Council Agenda Report
Storm Drain Master Plan
August 5, 2025
Page 2
CORRELATION TO THE STRATEGIC PLAN:
This project advances Goal B of the City of Tustin Strategic Plan regarding Public Safety
and Protection of Assets. Specifically, this project implements Strategy 5a, which directs
the City to "continue capital improvement planning to ensure continuous maintenance and
improvement of flood control, park, public, traffic control, and transportation facilities." This
proactive effort supports long-term functionality and resiliency of the storm drain system
while protecting public assets and enhancing community safety.
BACKGROUND AND DISCUSSION:
The City is responsible for managing the public storm drain system within its limits to ensure
adequate service levels and minimize surface flooding risks. A comprehensive, citywide
hydrologic and hydraulic evaluation of the stormwater conveyance system is needed to
help guide the long-term infrastructure planning efforts of the City.
The Storm Drain Master Plan will serve as a planning tool to:
• Evaluate the current condition and performance of the storm drain system
• Identify flood -prone and deficient areas
• Recommend repair, replacement, or capacity improvements
• Establish a prioritized Capital Improvement Program
• Identify funding needs, evaluate stormwater fee structures, and explore grant
opportunities
A Request for Proposals for engineering services to prepare a Storm Drain Master Plan
was released on March 12, 2025, and seven (7) proposals were received. A selection panel
representing the Community Development and Public Works departments evaluated the
proposals and conducted interviews with the highest -rated firms. Based on qualifications,
experience, and proposed approach, Rick Engineering Company was identified as the most
qualified and responsive proposer.
Staff subsequently negotiated a fair and reasonable fee for the required services and
recommends the City Council authorize the approval of the proposed agreement
(Attachment 1).
��0 C--tr
Michael Grisso
Director of Public Works
Attachment:
1. Consultant Service Agreement
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
ATTACHMENT 1
Consultant Service Agreement
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CONSULTANT SERVICES AGREEMENT
THIS AGREEMENT FOR CONSULTANT SERVICES, is made and entered into this
day of 20 , by and between the CITY OF TUSTIN, a municipal
corporation, hereafter referred to as "City", and Rick Engineering Company, a California
Corporation, hereinafter referred to as "Consultant".
RECITALS
WHEREAS, City requires the services of a consultant to prepare and complete a
Storm Drain Master Plan, hereinafter referred to as "Project"; and
WHEREAS, City has prepared a Request for Proposal (RFP) dated March 2025, a
copy of which is attached hereto, marked as Exhibit "A" and is by this reference
incorporated into this Agreement; and
WHEREAS, in response to City's RFP, Consultant has submitted to City a proposal
dated July 2, 2025, a copy of which is attached hereto marked as Exhibit "B" and is by this
reference incorporated into this Agreement; and
WHEREAS, Consultant is qualified to provide the necessary services for the Project
and desires to provide said services to City; and
WHEREAS, City desires to retain the services of Consultant for said Project.
NOW, THEREFORE, for the consideration and upon the terms and conditions
hereinafter set forth, the parties agree as follows:
AGREEMENT
Section 1: Scope of Consultant's Services
Consultant shall perform all work necessary to complete in a manner satisfactory to
City, the services set forth in Exhibit "A" and Exhibit "B" in accordance with the terms and
conditions of this Agreement.
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Section 2: Order of Precedence
In the event of a conflict between or among any of the documents comprising this
Agreement, the following order of precedence shall govern the provision in question:
1. This Agreement
2. City's Request for Proposal (Exhibit "A")
3. Consultant's Proposal & Consultant's Fee Proposal (Exhibit "B" & "C")
Section 3: Time for Completion
The time for completion of the work to be performed by Consultant is an essential
condition of this Agreement. Consultant shall prosecute regularly and diligently the work
of this Agreement according to reasonable schedules established by the City for various
items described and as outlined within Consultant's proposal. Consultant shall not be
accountable for delays in the progress of its work caused by any condition beyond its
control and without the fault or negligence of Consultant.
Section 4: Compensation
A. For the services rendered pursuant to this Agreement, Consultant shall be
compensated and reimbursed only for services provided and in such amounts as set
forth in Exhibit "C", which shall not exceed a total cost of $449,700.00.
THE MAXIMUM AMOUNT OF CITY'S OBLIGATION UNDER THIS AGREEMENT
IS THE AMOUNT SPECIFIED IN THIS SECTION
B. Consultant shall submit detailed invoices, based upon the actual work performed
accompanied by backup documentation as requested by the City.
C. Progress payments for work completed shall be paid by City as the work progresses,
within thirty (30) days of the date of Consultant's invoice.
D. Consultant shall provide City with a monthly itemization of all work performed, and
the fees accrued thereon, in complete and sufficient detail to fully apprise City
thereof.
Section 5: Independent Contractor
Consultant's relationship to City in the performance of this Agreement is that of an
independent contractor. Consultant's personnel performing services under this Agreement
shall at all times be under Consultant's exclusive direction and control and shall be
employees of Consultant and not employees of City. Consultant shall pay all wages,
salaries and other amounts due its employees in connection with this Agreement and shall
be responsible for all reports and obligations respecting them, such as social security,
2
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
income tax withholding, unemployment compensation, worker's compensation and similar
matters.
Section 6: Indemnification
To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole
cost and expense with legal counsel reasonably acceptable to City), indemnify and hold
the City, its officials, officers, employees, agents and volunteers, free and harmless from
any and all claims, demands, 'orders, causes of action, costs, expenses, liabilities, losses,
penalties, judgments, arbitration awards, settlements, damages or injuries of any kind, in
law or in equity, including but not limited to property or persons, including wrongful death,
(collectively "Claims") in any manner arising out of, pertaining to, related to, or incident to
any alleged acts, errors or omissions, or willful misconduct of Consultant, its officers,
directors, employees, subconsultants, subcontractors, agents or invitees in connection with
performance under this Agreement, or in any manner arising out of, pertaining to, related
to, or incident to an alleged breach of this Agreement, including without limitation the
payment of all consequential damages, expert witness fees and attorneys' fees and other
related costs and expenses.
Notwithstanding the foregoing, and only to the extent that the Services performed
by Consultant are subject to California Civil Code Section 2782.8, the above indemnity
shall be limited, to the extent required by Civil Code Section 2782.8, to claims that arise
out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the
Consultant.
Under no circumstances shall the insurance requirements and limits set forth in this
Agreement be construed to limit Consultant's indemnification obligation or other liability
hereunder. Notwithstanding the foregoing, such obligation to defend, hold harmless and
indemnify the City, its officials, officers, employees, agents and volunteers, shall not apply
to the extent that such Claims are caused by the sole negligence or willful misconduct of
that indemnified party.
These indemnification provisions are independent of and shall not in any way be
limited by the insurance requirements of this Agreement. City approval of the
insurance required by this Agreement does not in any way relieve Consultant from
liability under this section.
Section 7: Insurance
The City reserves the right to modify these requirements, including limits, based on the
nature of the risk, prior experience, insurer, coverage, or other special circumstances. If
the existing policies do not meet the insurance requirements set forth herein, Consultant
agrees to amend, supplement, or endorse the policies to do so.
3
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Without limiting the indemnity provisions of this Agreement, the Consultant shall procure
and maintain in full force and effect during the term of this Agreement, the following policies
of insurance.
1. Minimum Scope and Limit of Insurance
A. Commercial General Liability (CGL) which affords coverage at least as broad as
Insurance Services Office "occurrence" form CG 00 01, including products and
completed operations, property damage, bodily injury, and personal & advertising
injury with limits no less than $1,000,000 per occurrence. If a general aggregate
limit applies, either the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required occurrence
limit.
B. Automobile Liability Insurance with coverage at least as broad as Insurance
Services Office Form CA 00 01 covering any auto (Code 1), or if Consultant has no
owned autos, coverage for hired autos (Code 8) and non -owned autos (Code 9) with
limit no less than $1,000,000 each accident for bodily injury and property damage.
C. Workers' Compensation as required by the State of California with statutory limits,
and Employer's Liability Insurance with a limit of not less than $1,000,000 per
accident for bodily injury or disease.
D. Professional Liability with limit of not less than $1,000,000 each claim and
$2,000,000 aggregate. Covered professional services shall specifically include all
work to be performed under the Agreement and delete any exclusion that may
potentially delete coverage for the work to be performed.
2. Endorsements
Insurance policies shall not be compliant if they include any limiting provision or
endorsement contrary to this Agreement, including but not limited to restricting coverage
to the sole liability of consultant, excluding contractual liability or excluding third party over
actions. The following endorsements shall be provided to the City.
A. Commercial General Liability and Automobile Liability Policies:
1. Additional Insured: The City, its elected officials, officers, employees,
volunteers, boards, agents, and representatives are to be covered as additional
insureds for the liability and defense of suits or claims arising out of the work or
operations performed by or on behalf of Consultant including materials, parts or
equipment furnished in connection with such work or operations.
The commercial general liability additional insured endorsements shall be at
least as broad as ISO Form(s) CG 20 10 11 85; CG 20 10, or CG 20 26.
2. Primary and Non -Contributory: This insurance is primary to and will not seek
contribution from any other insurance whether primary, excess, umbrella, or
contingent insurance, including deductible, or self-insurance available to the
City, its elected officials, officers, employees, volunteers, boards, agents, and
representatives as additional insureds.
4
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
The Commercial General liability primary endorsements shall be at least as
broad as ISO CG 20 01 04 13.
B. Workers' Compensation:
Waiver of Subrogation: Any right of subrogation against the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives
shall be waived.
3. Insurance Obligations of Consultant
The City requires and shall be entitled to the Consultant's broader coverage and/or the
higher limits if Consultant maintains broader coverage and/or higher limits than the
minimums shown above. Any available insurance proceeds excess of the specified
minimum limits of insurance and coverage shall be available to the City. No
representation is made that the minimum insurance requirements of this Agreement are
sufficient to cover the obligations of Consultant under this Agreement.
4. Notice Of Cancellation
Required insurance policies shall not be cancelled or coverage reduced until thirty (30)
days written notice of cancellation has been served upon the City, except ten (10) days
shall be allowed for non-payment of premium.
5. Waiver Of Subrogation
Required insurance policies shall not prohibit Consultant from waiving the right of
subrogation prior to a loss. The Consultant shall waive all rights of subrogation against
the indemnified parties and policies shall contain or be endorsed to contain such a
provision. This provision applies regardless of whether the City has received a waiver
of subrogation endorsement from the insurer.
6. Evidence Of Insurance
All policies, endorsements, certificates, and/or binders shall be subject to approval by
the City as to form and content. These requirements are subject to amendment or
waiver only if approved in writing by the City. The City reserves the right to require
complete, certified copies of all required insurance policies, including endorsements
required by these specifications, at any time. The certificates and endorsements for
each insurance policy shall be signed by a person authorized by that insurer to bind
coverage on its behalf. At least fifteen (15) days prior to the expiration of any such
policy, evidence of insurance showing that such insurance coverage has been renewed
or extended shall be filed with the City. If such coverage is cancelled or reduced,
Consultant shall, within ten (10) days after receipt of written notice of such cancellation
or reduction of coverage, file with the City evidence of insurance showing that the
required insurance has been reinstated or has been provided through another
insurance company or companies.
7. Self -Insured Retention
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Self -insured retentions (SIR's) must be declared to and approved by the City. The City
may require Consultant to purchase coverage with a lower retention or provide proof of
ability to pay losses and related investigations, claim administration, and defense
expenses within the SIR. The policy language shall provide, or be endorsed to provide,
that the SIR may be satisfied by either the named insured or the City. Self -insured
retentions shall be the sole responsibility of Consultant or subcontractor who procured
such insurance. The City may deduct from any amounts otherwise due Consultant to
fund the SIR. The policy must also provide that defense costs, including the allocated
loss adjustment expenses, will satisfy the SIR.
8. Contractual Liability
The coverage provided shall apply to the obligations assumed by Consultant under the
indemnity provisions of this Agreement.
9. Failure To Maintain Coverage
The Consultant agrees to suspend and cease all operations hereunder during such time
as the required insurance coverage is not in effect and evidence of insurance has not
been furnished to the City. The City shall have the right to withhold any payment due
until the Consultant has fully complied with the insurance provisions of this Agreement.
If the Consultant's operations are suspended for failure to maintain required insurance
coverage, Consultant shall not be entitled to an extension of time for completion of the
work because of production lost during suspension.
10.Acceptability Of Insurers
Each such policy shall be from a company or companies with a current A.M. Best's
rating of no less than A:VII and authorized to do business in the State of California, or
otherwise allowed to place insurance through surplus line brokers under applicable
provisions of the California Insurance Code or any federal law. Any other rating must
be approved in writing by the City.
11. Claims Made Policies
If coverage is written on a claims -made basis, the retroactive date of such insurance
and all subsequent insurance shall coincide or precede the effective date of
Consultant's initial Agreement with the City and continuous coverage shall be
maintained, or an extended reporting period shall be exercised for a period of at least
ten (10) years from termination or expiration of this Agreement.
12. Excess Umbrella Liability Policies
If any excess or umbrella liability policies are used to meet the limits of liability required
by this Agreement, then said policies shall be "following form" of the underlying policy
coverage, terms, conditions, and provisions and shall meet all the insurance
requirements stated in this Agreement, including, but not limited to the additional
insured, primary & non-contributory and waiver of subrogation insurance requirements
stated herein. No insurance policies or self-insurance maintained by the City, whether
primary, reinsurance or excess, and which also apply to a loss covered hereunder, shall
be called upon to contribute to a loss until Consultant's primary and excess/umbrella
liability policies are exhausted.
N
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
13. Insurance For Subcontractors
Consultant shall be responsible for causing subcontractors to purchase the same types
and limits of insurance in compliance with the terms of this Agreement, including adding
the City as an additional insured, providing primary and non-contributory coverage and
waiver of subrogation to the subcontractor's policies.
Section 8: Termination of Agreement
A. City shall have the right to terminate any or all of the services covered by this
Agreement at any time, with or without cause, for any reason by giving ten (10)
business days written advance notice to the other party.
B. Upon termination of this Agreement, Consultant shall be paid for services rendered
by the effective date of the termination.
C. Upon termination of this Agreement or completion of the Project, all documents
relating to the Project shall become the sole property of City. Should City terminate
this Agreement pursuant to subparagraph A. of this Section, Consultant shall within
ten (10) business days of receipt of notice of termination, provide City with all
documents within Consultant's possession relating to this Agreement and the
Project, including but not limited to all completed documents and all drafts of
uncompleted documents.
Section 9: Term
Unless earlier terminated in accordance with Sections 8 of this Agreement, this
Agreement shall continue in full force and effect until the successful completion of the Project
or for a period of twelve (12) months extending from the date hereof, whichever occurs first.
Section 10: Notice
Any notice allowed or required to be given shall be effective upon personal delivery
thereof, or upon depositing thereof in the United States Postal Service, certified mail, upon
receipt requested, postage prepaid, addressed as follows:
To City: City of Tustin
Attn.: Michael Grisso, Director of Public Works
300 Centennial Way
Tustin, CA 92780-3715
7
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
To Consultant: Rick Engineering Company
Brendan Hastie, PE
5620 Friars Road
San Diego, CA 92110
Section 11: Miscellaneous Provisions
A. Consultant shall proceed immediately and diligently to perform the services
provided for in this Agreement upon receipt of notice from City to proceed therewith.
B. No part of this Agreement may be assigned by Consultant without the prior written
approval of City.
C. This Agreement shall extend to and be binding upon and inure to the benefit of heirs,
executors, administrators, successors and assigns of the respective parties hereto.
D. Consultant shall perform all services required under this Agreement using that
degree of care and skill ordinarily exercised under similar conditions in similar
localities, and shall be responsible for all errors and omissions for services
performed by Consultant under the terms of this Agreement.
E. Consultant certifies that there shall be no discrimination against any employee who
is employed in the work covered by this Agreement, or against any application for
such employment, because of race, religion, color, sex, or national origin including
but not limited to, the following: employment, upgrading, demotion or transfer,
recruitment, or recruitment advertising, lay-off or termination, rate of pay or other
forms of compensation, and selection for training, including apprenticeship.
F. This Agreement shall be interpreted in accordance with California Law. The parties
agree that the Orange County Superior Court is the exclusive venue for any lawsuits
by either party regarding this Agreement.
G. This Agreement may be amended at any time by the mutual consent of the parties by
an instrument in writing.
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41 D36F
IN WITNESS WHEREOF, this Agreement was executed by the parties on the date
and year first above written.
"CITY"
CITY OF TUSTIN
Aldo E. Schindler
Title Citv Man
ATTEST:
Erica N. Yasuda, City Clerk
"CONSULTANT"
Rick Engineering Company
Brendan Hastie
Title Principal -in -Charge
1
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
EXHIBIT "A"
REQUEST FOR PROPOSAL
10
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
TUSTIN
111[i[ LY
BuILDim(; Oup N-rurLE
HONORING OUR PAST
300 Centennial Way Tustin,
REQUEST
CITY OF TUSTIN
California 92780
FOR PROPOSALS
for
Profe55ional Consulting 5ervice5
for the
Storm Drain Master Plan
March 2025
PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:
Alex Waite
Senior Management Analyst
Public Works Department
City of Tustin
300 Centennial Way
Tustin, California 92780
no later than 4:00 P. M. on April 30, 2025. The proposal shall be submitted electronically via Open
Gov. Proposals received in OpenGov after the specified time will not be accepted. Questions
regarding this request will be limited to written form and shall be submitted via OpenGov. Verbal
inquiries will not be accepted.
The fee proposal shall be uploaded as a separate file from the main proposal in OpenGov.
1►_I.7
SECTION
PAGE
i. Project Description
#2
ii. Schedule of Events
#2
iii. Scope of Work
#2
iv. Proposal Requirements
# 10
v. General Requirements
# 12
vi. Consultant Evaluation & Selection Process
# 14
vii. Administration Specifications
# 15
ATTACHMENTS
Attachment A - Sample Consultant Services Agreement
Attachment B - Letter Agreement
Attachment C - Storm Drain Atlas Maps
Attachment D - Runoff Management Plan (2004)
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan — RFP (2025)
Page 2
I. INTRODUCTION / PROJECT DESCRIPTION
The City desires to engage a professional consultant to prepare Storm Drain Master Plan
(SDMP). The City of Tustin Storm Drain Plan was prepared in 1969; however, only the Storm
Drain Atlas Map is available (Attachment C, CADD files will be provided upon request).
Additionally, the Runoff Management Plan was developed for Tustin Legacy in 2004
(Attachment D).
The SDMP will include the complete mapping of the City storm drain system and production
of storm drain GIS layers, complete hydrology model, and an analysis of the existing system
with recommendations for future Capital Improvement Projects in keeping with Low Impact
Development and National Pollutant Discharge Elimination System considerations and
downstream capacity restrictions.
II. SCHEDULE OF EVENTS
March 12, 2025 Issuance of Request for Proposals
April 9, 2025 Deadline for questions in OpenGov
April 30, 2025 Proposals due in OpenGov
May 22, 2025 Selection process
July 1, 2025 City Council Approval of Consultant Contract (est. date)
July 14, 2025 Issuance of Notice to Proceed (est. date)
III. SCOPE OF WORK
Although the City is attempting to identify the limits and services required, this should not
unnecessarily limit the consultant in the development of a scope of works conducting all
engineering and administrative tasks necessary to meet the City's goals and objectives as
follows:
• Be consistent with the goals and policies of the City General Plan
• Be consistent with the latest Orange County Hydrology Manual
• Perform hydrology/hydraulic modeling study (citywide)
• Determine subarea boundaries based on field reconnaissance
• Perform Hydraulics/Drainage Design (standard plans)
• Evaluate the existing stormwater infrastructure to identify upgrades in the stormwater
management technology for the City of Tustin
• Create a National Pollutant Discharge Elimination System (NPDES) permitting policy
for Tustin along with permitting fee schedule for NPDES in addition to storm drainage
and stormwater management fee schedule
• Develop the basis for updated impact fees related to future development
• Provide ARCGIS Geodatabase of all existing and proposed storm drain facilities
• Recommend Future CIP Program including preliminary construction cost estimates,
environmental issues and prioritized projects
• Software Training for staff
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan - RFP (2025)
Page 3
SERVICES TO BE INCLUDED
Project Management
The Consultant shall be fully responsible for the overall management and coordination for
the project, which may include, but is not limited to project development team meetings,
liaison with affected agencies, and city departments.
Project management activities may include but are not limited to the following:
• Meetings: A project kickoff meeting will be conducted to confirm the Scope of
Services and design parameters. Status meetings will be conducted monthly
throughout the duration of the project to track the overall project and facilitate the
flow of information between the City, Consultant, other agencies and all other
stakeholders. Additional as -needed meetings will be held to address specific
concerns. Agendas and meeting minutes will be generated for each meeting.
• Progress Reporting: Consultant will supervise, coordinate, monitor and review the
project for conformance with standards, policies, and procedures. Monthly progress
reports will also be provided to document the progress of the project.
• Effective communication and coordination with City staff and adjoining agencies to
obtain necessary records of information or to address any drainage boundary areas
that may cross in or out of the City's drainage areas as necessary.
• Quality Control/Assurance Measures: Consultant must implement and maintain
Quality Control and Quality Assurance (QC/QA) procedures to ensure project's
products accuracy, and to ensure that the City's quality goals are met.
Deliverable(s):
• Meeting minutes, agendas, handouts, minutes, monthly Invoices and certified payroll
• Updated project schedule due at the kick-off meeting and maintained throughout
the project
• Monthly progress reports to accompany each monthly invoice
Study Elements
Study Area will be the City of Tustin. The Consultant shall review the existing Drainage Study
and compile supplemental data, such as technical studies/reports, FEMA
information/maps, the City's general plan and GIS drainage inventory/database. The
Consultant shall also establish an understanding of the City's existing and proposed
drainage condition. Existing "as -built" information on file with the City will be shared with
the Consultant, however the research of existing records will be the Consultant's sole
responsibility.
• Field Verification and Inventory of Tustin's Drainage System (a comprehensive
inventory):
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TUSTIN
Storm Drain Master Plan - RFP (2025)
Page 4
o Record Research all information pertinent to the drainage facilities, including,
but not limited to obtain and review as-builts from the City, Orange County
Public Works Flood Control District and Caltrans. Field reconnaissance surveys
to verify drainage patterns, locations of flooding and locations of drainage
facilities. Inspection of the existing system may include video and confined
space inspection, inspection for physical integrity and evidence of illicit
connections.
o Consultant shall review available information and identify any data gaps and
inconsistencies including the City of Tustin's documents and Orange County
Flood Control documents and records related to Tustin,
o Consultant shall be responsible for implementing and managing the data
collection effort and incorporating into an ArcGIS database (Consultant will
be responsible for the accuracy of data entered into the ArcGIS geodatabase
as per the Consultant's professional judgment), all shapefiles and
geodatabase developed are to be included as part of the final deliverables
Deliverable(s):
o Catalogue existing storm drain infrastructure, facilities, and its related components,
their condition, and capacities to include in CIP and MOIP
o GIS-based storm -drain atlas maps in digital format (PDF)
Report and Model
Hydrology
Prepare hydrology study and maps for entire City Boundary and for individual sub-
areas for 10, 25, and 100-year storm. Show flow paths through sub -areas based on
City -Wide DTM. Calculate individual flow path's peak flow (Q), volume (V), Flooded
Lane Width and Time of Concentration (Tc) using Orange County Hydrology Manual
and the Rational Method for gutter flow. Obtain from the Orange County Flood
Control District (OCFCD) the water surface elevation for the downstream controls to
analyze the storm drain systems which connect to OCFCD facilities. Provide the
County documentation in the study.
• Hydraulic Analysis
Consultant shall use stormwater modeling software compatible with Orange County
Flood Control model to perform the hydraulic analysis and size sufficient storm drain
lines based on the hydrology study results. The analysis must generate 10, 25, and 100-
year peak discharge in conformance with County hydrologic criteria. Analysis data
should be based on ultimate development built -out conditions. The capacity of the
existing storm drainage shall be evaluated based on the Orange County design
criteria to determine existing system capacity sufficiency. Generate a
comprehensive list of the storm drainage improvements needed.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TUSTIN
Storm Drain Master Plan - RFP (2025)
Page 5
3 0 ff►R.Z:[al
Consultant shall build a hydraulic/hydrologic (Model) of urban water model tailored
to the City of Tustin and connected and documented within a geodatabase like
ArcGIS, and to include the City's drainage facilities (maps and datasets),
o Model to follow Orange County Flood Control Manuals, and other state and
federal applicable drainage guidance, and it shall serve as a basis for the
Model's performance evaluation,
o Consultant to provide and recommend a level of detail for the Hydraulic and
Hydrologic model after consultant conducts a preliminary study of related
Tustin's and Orange County Flood Control documents,
o Consultant shall be responsible for obtaining all necessary model input data,
including precipitation, flow rates, and necessary level data from sources as
the National Oceanic and Atmospheric Administration (NOAA), United States
Geological Survey (USGS), and other industry recognized scientific reliable
sources of information,
o Consultant shall identify and review the City of Tustin's existing and proposed
land use patterns within the City, along with the surrounding tributary areas.
Population and development patterns shall be investigated for the present
day and future growth. The model output shall be calibrated and verified
against appropriate historical storm events,
o Consultant shall use the derived model to evaluate the performance of Tustin's
drainage system, identify locations of capacity deficiency, and shall
determine future storm drain system capacity requirements.
o Consultant shall review storm drainage maintenance records and the City of
Tustin resident complaints to "calibrate" model outputs,
• Tustin's Capital Improvement Plan (CIP) for Stormwater Projects
Consultant shall work with City staff to draft and develop a method of prioritizing and
funding & financing those CIP projects which will satisfy the established objectives of
the Master Plan, Prioritization scheme, shall follow the following hierarchies:
o Project's benefits based on data,
o Failing or facilities at the end of their respective "useful life,"
■ Facility failure,
o Facility capacity constraints, e.g., increased capacity demands due to land
development,
o Reduce risk and vulnerability to areas of the City's most vulnerable to flooding
and water pollution (equity to address inequity in infrastructure investment),
o Economic efficiency and effectiveness for CIP Investments,
o Consultant to develop a list of potential local, state, and federal funding
sources for storm drainage, stormwater management, and water pollutant
mitigation CIP Projects.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TUSTIN
Storm Drain Master Plan - RFP (2025)
Page 6
• Maintenance Operations and Inspection Plan (MOIP)
Consultant will review existing operations and maintenance practices and identify
improvements in the current level of service where areas of opportunities allow.
Deliverable(s):
• Final report in PDF and Microsoft Word formats. The final report shall be signed and
stamped by a registered Civil Engineer and the Project Manager.
• Final SDMP Report documenting the methods and findings of this effort and compiled
into a comprehensive report. In addition, the Consultant shall provide verification and
data collection information and files. Catalogue existing storm drain infrastructure,
facilities, and its related components, their condition, and capacities to include in
CIP and MOIP
• Updated watershed hydrology maps in electronic format (Watershed maps shall be
provided electronically as PDF and ARCGIS Shapefile). Hydraulic model output shall
be provided in electronic format in the original format of the modeling software.
• Consultant shall develop a prioritized list of capital improvement projects (CIP) based
on appropriate ranking criteria. The information from this effort shall be compiled into
a comprehensive report and incorporated into the final SDMP. Final cost report (in
PDF form) which will include all backup and justifying documents used to develop
the estimate. A Microsoft Excel file shall also be provided with the final
estimate/analysis.
• Submittal of an exhibit showing location of existing backbone systems that were
modeled.
• Consultant shall prepare a technical memorandum describing best practices for
the operation, maintenance, and inspection of the City of Tustin's drainage
assets. The document shall include recommendations for the frequency of when
practices and procedures within the MOIP should be reviewed and updated.
• An atlas that will include maps and tables that tabulate at a minimum the following:
Maps
Tables
■ Drainage links and nodes,
■ Existing storm drains and channels,
■ Deficient storm lines,
• Missing storm lines,
■ Storm catch basins,
■ Storm drop inlets / inlets,
■ Drainage area,
■ Link location node (upstream and downstream),
■ Link topographical data (upstream and downstream elevations, length,
and slope),
■ Link existing description (height, pipe No., slope, Manning Factor),
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan - RFP (2025)
Page 7
■ Runoff analysis Peak Flows (QQIo yyyy, and QQloo yyyy),
■ Street Capacity (street width, QQIo yyyy, and QQ1oo yyyy),
• Link Deficiency (QQloyyyy, and QQlooyyyy),
■ Conduit Capacity (diameter, slope),
■ Proposed system if parallel (pipe size),
■ Proposed system if replacement (diameter, and slope),
■ Cost (unit and total cost estimate),
■ Street Capacity (adequate or deficient)
• Notes/remarks, etc.
Training of Hydraulic/Hydrologic Modeling and Database Software)
• Consultant shall provide training to selected City staff on the functions and use of
the City of Tustin selected modeling and database software,
• Training shall include at a minimum data entry and retrieval of data, (data reports,
maps, and graphs),
o Generation of standard reports, graphs, maps, plots, and tables, etc.,
• Consultant must provide hands-on training and the use of the program that will
be incorporated into three (3) formal training sessions for Tustin city staff,
• Consultant must prepare thorough documentation of the developed data
system(s) and a user's manual must be written in a "user-friendly" style.
Deliverable(s):
o Consultant shall prepare a technical memorandum documenting the use of
applicable software with step-by-step procedures to access information and
generate relevant graphs, maps, plots, and reports. Additionally, the Consultant
shall conduct, at a minimum, up to three (3) training sessions (assume 2 hours per
session for budgeting) for selected Tustin staff at a minimum.
IV. PROPOSAL REQUIREMENTS
Although the City requires no specific format, this section is intended to provide guidelines to
the consultant regarding features that the City will look for and expect to be included in the
proposal.
1. Content & Format
The City requests that proposals submitted be organized and presented in a neat and
logical format and are relevant to these services. Consultant's proposals shall be
clear, accurate, and comprehensive. Excessive or irrelevant material will not be
favorably received.
The Proposal shall be limited to a maximum of 20 double -sided pages (excluding front
and back covers, section dividers and attachments such as resumes, forms). Font size
shall be minimum 1 1-point Arial. Proposal exhibits shall be maximum 11 " x 17". The
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan — RFP (2025)
Page 8
purpose of these restrictions is to minimize the costs of proposal preparation and to
ensure that the response to the RFP is fully relevant to the project.
The proposal should include the following:
• Page numbering,
• Approach and understanding of the work to be performed,
• Team Organization including an organization diagram and time commitment
of key staff,
• Statement of Qualifications including descriptions of similar projects by key staff
to be assigned during the term of the contract,
• Brief resumes of key staff,
• Schedule of Hourly Rates and fees uploaded as a separate file from the main
proposal in OpenGov,
• Three references of agencies previously contracted with, providing the same
or similar services.
2. Approach
A description of the firm's approach and work program to meet the City's objectives
shall be included. It should explain the technical approach, methodology, and
specific tasks and activities that will be performed to address the specific issues and
work items.
3. Team Organization
The purpose of this section is to describe the organization of the project team
including subconsultants and key staff. A project manager and an alternate project
manager who will be the prime contact and be responsible for coordinating all
activities with the City should be included. An organization diagram shall be
submitted showing all key team members and illustrating the relationship between
the City, the project manager, key staff, and subconsultants. There also should be a
brief description of the role and responsibilities of all key staff and subconsultants
identified in the team organization also should be included.
4. Statement of Qualifications
The information provided in this section should describe the qualifications of the firm
and key staff in performing projects within the past five years that are similar in scope
and size to demonstrate competence to perform these services. The projects listed
should be those that the key staff named for this project were responsible for
performing. Information shall include:
• Names of key staff that participated on named projects and their specific
responsibilities.
• The client's name, contact person, addresses, and telephone numbers.
• A brief description of type and extent of services provided.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan — RFP (2025)
Page 9
• Completion dates (estimated, if not yet completed).
• Total costs of the projects.
There should be included in the section brief resumes of key personnel who will
provide these services demonstrating their qualifications and experience. Resumes
should highlight education, relevant experience, licenses, and specific responsibilities
for services described.
5. Fee Proposal
Compensation for services provided shall be based upon the consultant's detailed
fee proposal to furnish the services detailed in their proposal.
A Fee Proposal shall be submitted in a separate file from the main proposal in
OpenGov.
A work program together with a breakdown of labor hours by employee billing
classification together with the cost of non -labor and subconsultant services shall be
included with the fee proposal. The labor breakdown shall be compiled based upon
a listing of work tasks that correlates with the consultant's defined scope of work for
the project proposal. This information will be used by the City staff to evaluate the
reasonableness of the fee proposal and may be used in negotiating the final fee
amounts for the contract agreement.
Fees will not be used to determine the ranking of the consultants.
The City will negotiate the final fee with the top ranked consultant.
Reimbursable expenses shall not be allowed unless negotiated prior to a contract.
Price escalations during the contract term are disfavored and will not be allowed
unless negotiated prior to execution of contract.
Although no public meetings are anticipated, the fee proposal shall include a unit
cost for a public meeting (eg, $/public meeting) in the event a meeting will be
required.
The consultant shall prepare progress billings, reflective of the project schedule and
the scope of work completed, by line item and description.
6. Statement of Offer & Signature
The Proposal shall contain a statement that the proposals are a firm offer for a 90-day
period and signed by an individual authorized to act on behalf of the firm.
V. GENERAL REQUIREMENTS
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan — RFP (2025)
Page 10
1. Insurance Requirements
The consultant shall furnish with the proposal proof of the following minimum insurance
coverage. These minimum levels of coverage are required to be maintained for the
duration of the project:
A. General Liability and Automobile Liability Coverage - $1,000,000 per occurrence
for bodily injury and property damage. If Commercial General Liability Insurance
or other form with a general limit is used, either the general aggregate limit shall
apply separately to this project/location or the general aggregate limit shall be
twice the required occurrence limit.
B. Professional Liability Coverage - $1,000,000 per occurrence (note: A "claims
made" policy is acceptable). If consultant provides "claims made" coverage,
consultant shall also agree in writing to either:
i. Purchase Tail Insurance in the amount required by the resulting agreement
to cover claims made within five years of completion of consultant's
services under the agreement.
ii. Maintain professional liability insurance coverage with the same carrier, or
with an equivalent carrier in the amount required by the resulting
agreement five years after completion of consultant's services under this
agreement.
The consultant shall provide written evidence of either form by executing the
attached letter agreement (Attachment B) on consultant letterhead.
C. Worker's Compensation Coverage - State statutory limits.
Deductibles, Self -Insurance Retentions, or Similar Forms of Coverage Limitations or
Modifications, must be declared to and approved by the City of Tustin.
The consultant is encouraged to contact its insurance carriers during the proposal
stage to ensure that the insurance requirements can be met if selected for
negotiation of a contract agreement.
The City shall be named as Additional Insured and no policy may be modified or
cancelled prior to thirty (30) days written notice.
Certificates of insurance and insurer endorsements evidencing the required insurance
shall be provided.
2. Standard Form of Agreement
The consultant will enter into an agreement with the City based upon the contents of
the RFP and the consultant's proposal. The City's standard form of agreement is
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TUSTIN
Storm Drain Master Plan — RFP (2025)
Page 11
included as Attachment A. The consultant shall carefully review the agreement, and
include with the proposal a description of any exceptions requested to the standard
contract. If there are no exceptions, a statement to that effect shall be included in
the proposal.
3. Disclaimer
This RFP does not commit the City to award a contract, or to pay any costs incurred
in the preparation of the proposal. The City reserves the right to extend the due date
for the proposal, to accept or reject any or all proposals received as a result of this
request, to negotiate with any qualified consultant, or to cancel this RFP in part or in
its entirety. The City may require the selected consultant to participate in negotiations
and to submit such technical, fee, or other revisions of their proposals as may result
from negotiations.
4. Assigned Representatives
The City will assign a responsible representative to administer the contract, and to
assist the consultant in obtaining information. The consultant also shall assign a
responsible representative (project manager) and an alternate, who shall be
identified in the proposal. The consultant's representative will remain in responsible
charge of the consultant's duties from the notice -to -proceed through project
completion. If the consultant's primary representative should be unable to continue
with the project, then the alternative representative identified in the proposal shall
become the project manager. The City's representative shall first approve any
substitution of representatives or subconsultants identified in the proposal in writing.
The City reserves the right to review and approve/disapprove all key staff and
subconsultant substitution or removal and may consider such changes not approved
to be a breach of contract.
5. City Business License
A city business license will be required of the consultant and any subconsultants for
services under this agreement.
VI. CONSULTANT EVALUATION & SELECTION PROCESS
The City's consultant evaluation and selection process is based upon Qualifications Based
Selection (QBS) for professional services.
The following criteria will be used in evaluating the proposals using a point value system (100
points) based upon the weighting indicated below:
1. Qualification and Experience of Firm (20 points)
2. Approach and Work Plan (30 points)
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
CITY of TuSTIN
Storm Drain Master Plan — RFP (2025)
Page 12
3. Qualifications and Experience of the project manager and other key individuals (40
points)
4. Schedule of Delivery (5 points)
5. Reference Checks (5 points)
The City may elect to interview a short list of qualified firms or to interview only the top -rated firm
based upon the proposals submitted for the project.
The City staff will negotiate a contract with the best qualified firm for the desired consulting
services. Should the City staff be unable to negotiate a satisfactory contract with the firm
considered to be the most qualified, negotiations with that firm shall be formally terminated.
Negotiations will then be undertaken with the next most qualified firm. Failing accord with the
second most qualified firm, the City staff will terminate negotiations and continue the
negotiation process with the next most qualified firms in order of their evaluation ranking until an
agreement is reached and a firm is selected and an agreement is executed.
Additional information related to the consultant selection process will be made available in the
future once the City has executed this contract. Please refrain from making any verbal inquires
or requests for a formal debriefing related to the subject RFP until the City of Tustin completes
the ongoing contract process.
VII. ADMINISTRATION SPECIFICATIONS
A. The City of Tustin's Rights to Proposals
All proposals, upon submission to the City of Tustin shall become its property for use as
deemed appropriate. By submitting a proposal, the offer covenants not to make any
claim for or have any right to damages because of any misinterpretation or
misunderstanding of the specification, or because of any misinformation or lack of
information.
The City of Tustin has the following prerogatives with regard to proposals submitted:
• to accept or reject any or all proposals;
• to correct any arithmetic errors in any or all proposals submitted;
• to utilize any or all the ideas from proposals submitted,
• to change the proposal's due date upon appropriate notification;
• to adopt any or all of an offeror's proposal; and
• to negotiate modifications to the scope and fee with selected offeror prior to
contract award.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41 D36F
EXHIBIT "B"
CONSULTANT'S PROPOSAL
11
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
RICK
Date: July 2, 2025
Client: Alex Waite I Senior Management Analyst
Company Name: City of Tustin
Address: 300 Centennial Way
Tustin, CA 92780
Subject: Professional Consulting Services for City of Tustin Storm Drain
Master Plan
Project Understanding
On May 14, 2025, the RICK Team consisting of RICK, Fuscoe, EFS Engineering Inc.,
and Affordable Pipeline Services submitted a proposal in response to the City of Tustin's
Request for Proposals for the preparation of a citywide Storm Drain Master Plan (SDMP).
On June 10, 2025, the City invited the RICK Team to present its approach in a follow-up
meeting. Based on that discussion, the RICK Team revised the original scope of work
and fee to reflect the City's input, including a phased implementation strategy.
The purpose of the SDMP is to assess the current condition and capacity of the City's
storm drain infrastructure (excluding the Tustin Legacy area), identify system deficiencies,
and provide a prioritized, fundable capital improvement program. The plan also supports
regulatory compliance, long-term maintenance planning, and integration with existing
policies and programs.
The scope includes comprehensive project management; development of a GIS-based
storm drain inventory; field verification and targeted CCTV inspections; and development
of hydrologic and hydraulic models using PCSWMM. The models will be used to evaluate
performance under existing and future conditions, and to support capital project
development.
The SDMP will also include analysis of NPDES requirements and opportunities for
integration with MOIP, LID, and BMP programs. A fee structure evaluation, grant
alignment strategy, and funding guidance will be provided. Customized staff training
sessions will support long-term use of the GIS and modeling tools.
Final deliverables will include a comprehensive SDMP report, GIS database, modeling
files, inspection records, and a browser -based web viewer, all formatted for compatibility
with the City's systems and workflows. The updated SDMP will serve as a practical, long-
term resource to support drainage planning, permitting, maintenance, and capital
investment.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 1 of 15
Scope of Work
TASK 1. PROJECT MANAGEMENT, MEETINGS, AND COORDINATION
The RICK Team understands the importance of communication, coordination, and
quality control in managing complex municipal infrastructure projects. We will hold
regular progress meetings, maintain clear lines of communication, and implement a
QA/QC process across all deliverables. Project intended to be completed within fifteen
(15) months of Notice to Proceed (NTP).
1.1 PROJECT KICKOFF MEETING AND WORK PLAN DEVELOPMENT
We will host a kickoff meeting with City staff and all subconsultants to confirm project
goals, roles, and schedule. A detailed Work Plan will be prepared, including points of
contact, task sequencing, and review timelines. This will allow the opportunity for City
staff to share institutional knowledge about existing flooding or maintenance problem
areas throughout the city of Tustin.
1.2MONTHLY PROGRESS MEETINGS (UP TO 7 TOTAL)
We will hold regular monthly meetings (virtual or in -person) to report progress, discuss
key decisions, and resolve coordination issues. Such topics covered in meetings shall
include (but not limited to) reviewing missing storm drain data and field reconnaissance
needs, reviewing H&H modeling results and existing deficient systems, review of
proposed CIP projects, and review of cost estimates and funding strategies. Agenda and
meeting summaries will be provided for each meeting.
1.3MONTHLY PROGRESS RFPORTS AND INVOICING
Each month, the RICK Team will submit a progress report summarizing work completed,
schedule updates, and upcoming tasks —delivered alongside monthly invoices.
1 ATEAM COORDINATION, QA/QC OVERSIGHT, AND SCHEDULE MAINTENANCE
Internal coordination meetings and a QA/QC review process will be led by senior technical
staff. The RICK PM will ensure schedule adherence, risk tracking, and timely delivery of
milestones.
Deliverables:
• Kickoff meeting agenda and Work Plan
• Monthly progress reports
• Meeting agendas and summaries
• Updated project schedule (as needed)
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 2 of 15
TASK 2. DATA COLLECTION AND COMPILATION
The RICK Team will compile and QA/QC the existing GIS storm drain database and
supplement it with field inspections to fill gaps and verify key attributes. With Affordable
Pipeline as our CCTV partner, we'll target older infrastructure and high -priority areas
using NASSCO PACP standards. Recognizing that full system inspection may not be
feasible within the current budget, our team will also develop and document a
repeatable CCTV inspection protocol, equipping the City with a standardized approach
to continue assessments over time. Field and inspection results will be integrated into a
confidence -rated GIS database, formatted for use in hydraulic modeling and asset
management.
1.1 HISTORICAL DOCUMENT, TECHNICAL STUDY/REPORT AND PLAN REVIEW
We will review drainage -related documents such as the original Tustin Storm Drain Plan
of 1969, city as-builts, stormwater studies, and MS4 plans from the City, OC Flood, and
regional agencies to compile a baseline dataset.
2.2 GIS DA'I A uOMPILATION AND QA/QC;
All available GIS layers (if applicable) will be used and merged into a master dataset to
produce new current storm drain GIS layers that better represent the city's drainage
inventory network. RICK will conduct data validation, standardization, and geospatial
QA/QC to ensure consistency. A data prioritization process will be customized for the City
that will allow for most critical infrastructure to be evaluated first to ensure resources are
allocated in the most efficient manner. Rick will prioritize evaluation of the City owned
and maintained infrastructure with a diameter of 18-inches and larger with exceptions
for critical connections of smaller diameter and differing ownership to better facilitate
creation of critical CIP drainage improvement recommendations.
2.3FIELD VERIFICATION AND ATTRIBUTE CONFIRMATION
The team will use Esri Field Maps and high-res aerials to verify pipe diameter, material, flow
direction, and connectivity at key nodes (inlets, manholes, outfalls) outside of the Legacy
development and not available through as -built review/digitization. for scoping purposes,
it is assumed there will be ten (10) days of field verification.
2ACCTv INSPECTION PROGRAM AND FAUF UUNUi i luly GRAuw4(j
The results of subtasks 2.2 and 2.3 will be used to inform CCTV efforts. Affordable
Pipeline will conduct targeted CCTV inspections of high- risk or unknown -condition
segments (e.g., known O&M locations, CMP), and assign PACP condition ratings to
each.
2.5INVENTORY CONFIDENCE MAPPING AND DATA GAP ANALYSIS
We will produce GIS-based heatmaps showing inventory confidence levels across the
system and summarize findings in the SDMP and on the web- application.
Note: CCTV inspection scope will be defined based on the number of days the CCTV
crew will be in the field and agreed upon with the City at project initiation. For scoping
purposes, it is assumed that ten (10) days of CCTV inspection will be completed.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 3 of 15
Additional footage or inspection rounds may require a scope amendment.
Deliverables:
• Summary section in SDMP report
• Updated GIS inventory layer with confidence scoring
• PACP inspection logs and associated videos
• Confidence and gap maps uploaded to the GIS web -application for City review and use
TASK 3. HYDROLOGIC AND HYDRAULIC MODELING
The RICK Team will develop a citywide storm drain model that integrates pipe hydraulics
with overland flow paths and dual -drainage components. Using EPA SWMM-based
platforms, including PCSWMM, we will simulate performance under existing and future
conditions, evaluate level of service (LOS), and identify drainage system deficiencies. Our
team will calibrate the model using historical complaints, topography, and field -verified
data to ensure accurate results that support capital planning.
3.1 SUBCATCHMENT DELINEATION AND DRAINAGE AREA SETUP
RICK will develop detailed subcatchment to inlet delineations and critical drainage area
characteristics using topographic and parcel data, accounting for pipe catchment and
overland flow paths. RICK is assuming up to 1,700 delineations (1,537 in existing inventory
plus up to 5% additional) for the entire city boundary. Delineations will be developed using
the semi -automated delineation process RICK has developed over many iterations
providing significant efficiency and cost savings.
'� 9 HYDROLOGY DEVELOPMENT FOR EXISTING AND FUTURE CONDITIONS
Use NOAA Atlas 14 data and OC hydrology standards to define inflows for design storms
(2-, 10-, 25-, and 100-year 24-hour storm events). Infiltration rates, soil retention/loses, and
percentage imperviousness parameters based on land use will all be incorporated to the
model's delineated subcatchments described above to ensure a realistic representation
of runoff behavior will be produced by the modeling to help RICK produce
recommendations for city drainage improvements.
3.3 HYDRAULIC NETWORK BUILDOUT AND DUAL DRAINAGE CONNECTIVITY
Build pipe network and overland 2D mesh into PCSWMM model, applying dynamic wave
routing.
3.4MODEL CALIBRATION AND VERIFICATION
Calibrate using complaint history, CCTV data, and field observations. Conduct
sensitivity testing to confirm parameters.
3.5DEFICIENCY MAPPING AND LEVEL- OF -SERVICE SUMMARIE.
Generate LOS maps and tables for each storm event; highlight bottlenecks and
segments needing upgrades.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Mr. Waite
July 2, 2025
Page 4 of 15
Scope Limitation:
Modeling limited to City -owned systems outside Tustin Legacy. Additional regional or
private drainage systems not included unless scoped separately.
Deliverables:
• Calibrated PCSWMM model and metadata
• Subcatchment and LOS maps
• Summary in SDMP report documenting assumptions and calibration
• Tables of modeled deficiencies
TASK 4. FUNDING STRATEGY AND GRANT SUPPORT
RICK will develop a funding strategy aligned with the City's CIP and financial priorities.
Our team will identify relevant grant opportunities, define project packaging strategies,
and outline funding eligibility for key improvements. We will also prepare a Technical
Memorandum summarizing various financing options, potential program structures, and
example fee approaches. Should the City pursue implementation of new drainage fees,
a Nexus Study compliant with the Mitigation Fee Act (California Government Code
§66000 et seq.) would be required as a separate task. This project will be completed to
provide the research and documentation of available funding sources and likely implementation
strategies.
4.1 REVIEW AND ALIGNMENT WITH CURRENT AND EMERGING GRANT PROGRAMS
Evaluate eligibility for funding sources including FEMA BRIC, IRWM, CalOES, MSRC,
and Prop 1 Stormwater.
4.2TECHNICAL MEMORANDUM ON FINANCING OPTIONS AND FEE STRUCTURES
Provide an internal planning tool summarizing rate- based and impact fee funding models,
optional approaches, and implementation considerations.
Scope Limitation:
Formal grant writing, application submittals, and Nexus Study preparation are excluded
unless authorized as added scope.
Deliverables:
• Project bundle sheets (for grant -readiness)
• Grant eligibility matrix
• Financing options technical memorandum
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 5 of 15
TASK 5. FINAL DELIVERABLES
RICK will package all project outcomes into a set of clear, user-friendly deliverables,
including the Storm Drain Master Plan report, GIS files, inspection records, and hydraulic
model files. We will configure a web -based GIS viewer to allow City staff to browse data,
run queries, and view model outputs without specialized software. All data will be formatted
for integration into the City and County's existing platforms.
Deliverables will be a comprehensive evaluation of the existing drainage system.
:D.,I UraT1 JUIVII' F'KlzlF'AKA I IUIV AN JutSIVII I I h
The RICK Team will submit a comprehensive evaluation of the existing drainage system
Storm Drain Master Plan (SDMP) for City review. The report will include the required
sections in a professionally formatted document, supported by exhibits illustrating
hydrologic data, peak discharges, system deficiencies, and recommended
improvements.
As part of the SDMP, RICK will prepare and submit the following supplemental
deliverables:
• A Storm Drain Atlas consisting of GIS-based maps and detailed tables that document
existing conditions, model results, deficiencies, and circular pipe size requirements.
The atlas will include, at a minimum:
Maps:
• Existing storm drain infrastructure
• FEMA flood zones and major hydrologic features
• Deficient and missing system segments
• Proposed parallel or replacement system improvements
• Drainage subcatchments and flood hazard zones
• 10- and 100-year street flooding extents
• CCTV inspection coverage and inventory confidence
Tables:
• Drainage links and nodes
• Existing storm drains and open channels
• Deficient and missing storm lines
• Storm catch basins and inlets
• Drainage areas
• Link geometry and topology (elevations, length, slope)
• Pipe attributes (size, material, Manning's n)
• Peak flows (Q10, Q100)
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 6 of 15
• Street capacity and adequacy
• Hydraulic deficiencies (Q10, Q100)
• Conduit capacity evaluations
• Required pipe sizes
• Cost estimates (unit)
5.2INCORPORATION OF CITY COMMENTS AND FINAL SDMP PRODUCTION
Revise and finalize all content in response to consolidated City review comments. The
final evaluation of the existing drainage system SDMP report will include updated exhibits
and with digital copies of all developed GIS data sets and H&H modeling files. This
scope of work assumes that the reports and GIS data will be delivered in a digital
format, and that no hard copies of the SDMP report will be generated.
5.3GIS WEB -APPLICATION CONFIGURATIG
Deploy a browser -based application with mapped model results, asset data, and CIP
outputs.
5.A nATA nFLIVERY: MnnFl (rl.q ANn PPPnPT.q
Provide all data files in non-proprietary formats and organize deliverables per City
standards.
Deliverables:
• Draft and final SDMP report (PDF and Word)
• All GIS layers and geodatabases
• Model files and outputs
• Web GIS viewer
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 7 of 15
Optional Scope of Work
TASK 6. PROJECT MANAGEMENT, MEETINGS, AND COORDINATION
Option to extend the project duration for an additional nine (9) months.
6.1 MONTHLY PROGRESS MEETINGS (UP TO 5 TOTAL)
We will hold regular monthly meetings (virtual or in -person) to report progress, discuss
key decisions, and resolve coordination issues. Such topics covered in meetings shall
include (but not limited to) reviewing missing storm drain data and field reconnaissance
needs, reviewing H&H modeling results and existing deficient systems, review of
proposed CIP projects, and review of cost estimates and funding strategies. Agenda and
meeting summaries will be provided for each meeting.
6.2 MONTHLY PROGRESS REPORTS AND INVOICING
Each month, the RICK Team will submit a progress report summarizing work completed,
schedule updates, and upcoming tasks —delivered alongside monthly invoices.
6.3 TEAM COORDINATION, QA/QC OVERSIGHT, AND SCHEDULE MAINTENANCE
Internal coordination meetings and a QA/QC review process will be led by senior technical
staff. The RICK PM will ensure schedule adherence, risk tracking, and timely delivery of
milestones.
Deliverables:
• Monthly progress reports
• Meeting agendas and summaries
• Updated project schedule (as needed)
TASK 7. DATA COLLECTION AND COMPILATION
Using the document for a repeatable CCTV inspection protocol, Affordable Pipeline as
will CCT targeted older infrastructure and high -priority areas using NASSCO PACP
standards.
7.1 CCTV INSPECTION PROGRAM AND PACP CONDITION GRADING
The results of subtasks 2.2, 2.3, and 2.4 will be used to continue the CCTV efforts.
Affordable Pipeline will conduct targeted CCTV inspections of high- risk or unknown -
condition segments (e.g., known O&M locations, CMP), and assign PACP condition
ratings to each.
Note: CCTV inspection scope will be defined based on the number of days the CCTV
crew will be in the field and agreed upon with the City at project initiation. For scoping
purposes, it is assumed that ten (10) days of CCTV inspection will be completed.
Additional footage or inspection rounds may require a scope amendment.
Deliverables:
• PACP inspection logs and associated videos
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 8 of 15
TASK 8. CAPITAL IMPROVEMENT PROGRAM (CIP)
The RICK Team will combine condition, hydraulic capacity, and policy inputs to identify,
group, and prioritize capital projects. Each recommended project includes a planning -
level cost, phasing recommendation, and scoring for funding eligibility. This strategy
ensures the City receives both a complete picture of system needs and a practical
roadmap for implementation.
8.1 DEFICIENCY REVIEW AND PRELIMINARY PROJECT IDENTIFICATION
Review model and inspection data for the following drainage facilities:
1.)City storm drainpipes and culverts
2.) Open channels, Ditches
3.) Storage Facilities
Each facility listed above will be evaluated for capacity and functionality and analysis will
be utilized to assess if city facilities can accommodate projected stormwater flows during
peak storm events.
RICK will provide citywide recommendations for deficient pipes and culverts with unit
costs. RICK will provide the required pipe/facility sizes based on the City's drainage
standards. This data is useful for the City to understand the holistic condition of the
drainage system and will be used to define the scope and extent of individual
improvement projects. Up to 10 capital projects will be selected in coordination with the
City to be included in the CIP.
RICK will utilize the required/recommended facility sizes and add them to the H&H model
and run the proposed analysis to determine impacts on downstream facilities and
ensure adequacy of proposed facilities sizes from a capacity and functionality standpoint.
8.2 CIP PRIORITIZATION MATRIX AND SCORING CRITERIA
Develop a matrix to score projects on risk reduction, cost-effectiveness, and equity
impact. These CIP projects will include improvements to City backbone infrastructure,
extensions and/or additions of backbone infrastructure to promote sustainable
development, and multibenefit projects to address compliance with the regional MS4
permit.
8.3 CIP PROJECT BUNDLING AND TIERING BY PHASE
Group projects by timeline, geography, and cost tier (short-term, mid-term, long-term).
8.4 COST ESTIMATION AND IMPLEMENTATION SCHEDULE
Provide planning -level unit costs and estimated construction schedules for selected
projects. RICK will research available unit costs for project construction based on
local bid history documents and other readily available sources, including our teams
recent CIP and SDMP project experience. Unit costs will be provided to the City of
Tustin for their review and concurrence prior to starting the recommended CIP project
cost estimates.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 9 of 15
Deliverables:
• CIP prioritization matrix and ranking results
• Project bundles with cost and schedule estimates
• CIP map and project summary sheets
TASK 9. NPDES AND POLICY INTEGRATION
The Rick Team will assess integration opportunities between storm drain upgrades and
water quality goals, ensuring compliance while maximizing co- benefits. Our approach
supports policy clarity, fee generation opportunities, long-term planning, and realistic
implementation options for stormwater quality improvements.
9.1 REVIEW OF CURRENT NPDES and MOIP PROGRAM ELEMENTS
Evaluate how the current NPDES program intersects with storm drain infrastructure
planning, including MOIP and post -construction runoff requirements. In cooperation with
City staff, evaluate the overall NPDES program annual cost and the breakdown per
program element. Evaluate each program element and identify revenue generating
approaches where feasible including a utility user fee or stormwater management fee for
all residents. Alternatively, evaluate where additional fees could be incorporated into the
City permitting process (including business license renewal) to offset stormwater
compliance costs.
9.2 DEVELOPMENT FEE EVALUATION
Identify policy gaps or opportunities for fee structure improvements and recommend
updates to align with regional programs and future infrastructure needs.
9.3MUTA SITING AND FEASIBILITY REVIEW
Identify locations suitable for Multi Use Treatment Areas (MUTA) implementation for
regional water quality and drainage improvements. Identify strategies for incorporating
long-term maintenance costs into the stormwater management fee or fee generation
opportunities.
9.4 INTEGRATION OF WATER QUALITY AND DRAINAGE ELEMENTS
Document opportunities to achieve both flood mitigation and pollutant load reduction in
future project planning.
Deliverables:
• NPDES compliance memo summarizing integration and fee generation opportunities
• MOIP coordination summary
• LID/BMP feasibility matrix
• Recommendations for future fee alignment and fee generation for NPDES requirements
and MUTA opportunities.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Mr. Waite
July 2, 2025
Page 10 of 15
TASK 10. FUNDING STRATEGY AND GRANT SUPPORT
RICK will develop a funding strategy aligned with the City's CIP and financial priorities.
Our team will identify relevant grant opportunities, define project packaging strategies,
and outline funding eligibility for key improvements. We will also prepare a Technical
Memorandum summarizing various financing options, potential program structures, and
example fee approaches. Should the City pursue implementation of new drainage fees,
a Nexus Study compliant with the Mitigation Fee Act (California Government Code
§66000 et seq.) would be required as a separate task. This optional task will add the
recommended CIP projects to the documentation and provide the opportunity to include the
optional DIF Nexus support.
10.1 PROJECT GROUPING AND SHOVEL -READY JUSTIFICATIONS
Bundle improvements by location, timeline, or benefit type to optimize for funding
competitiveness.
10.2 DIF NEXUS SUPPORT
Provide support for completing a formal Nexus Study.
10.3 TECHNICAL MEMORANDUM ON FINANCING OPTIONS AND FEE
STRUCTURES
Provide an internal planning tool summarizing rate- based and impact fee funding models,
optional approaches, and implementation considerations.
Scope Limitation:
Formal grant writing, application submittals, and Nexus Study preparation are excluded
unless authorized as added scope.
Deliverables:
• Project bundle sheets (for grant -readiness)
• Grant eligibility matrix
• Financing options technical memorandum
TASK 11. STAFF TRAINING AND CAPACITY BUILDING
Our team is committed to building City staff capacity to manage and maintain the SDMP
tools after project completion. Drawing on recent trainings delivered for the City of San
Diego, we will offer a tailored three-part series to walk City staff through GIS-based
inventory management, PCSWMM model navigation, and CIP integration. Each session
includes live demonstrations, user guides, and time for Q&A. Training content will be
matched to staff skill level and focus areas.
11.1 TRAINING MATERIAL PREPARATION AND SCHEDULING
Develop tailored agendas, materials, workflows and digital resources based on City
systems and user levels.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 11 of 15
11.2 SESSION DELIVERY (GIS, PCSWMM, AND SDMP)
Conduct interactive training sessions, anticipated to include model navigation, drainage
inventory editing, and scenario testing. Training is limited to 3 sessions
11.3 POST -TRAINING SUPPORT RESOURCES AND DOCUMENTATION
Provide take-home guides, annotated workflows, and "frequently asked issues"
sheets.
Deliverables:
• Training agendas and presentation slides
• Hands-on user guides and quick -start documents
• Attendance records and follow-up Q&A log
TASK 12. FINAL DELIVERABLES
RICK will incorporate the outcomes of the optional tasks into a revised version of the
SDMP that was previously completed. We will update the web -based GIS viewer to allow
City staff to browse data, run queries, and view model outputs without specialized
software. All data will be formatted for integration into the City and County's existing
platforms.
'raft Revised SDMP PREPARATION AND SUBMITTAL
The RICK Team will incorporate the results from the selected optional tasks into a revised
comprehensive Storm Drain Master Plan (SDMP) for City review. The report will include
the required sections in a professionally formatted document, supported by exhibits
illustrating hydrologic data, peak discharges, system deficiencies, and recommended
improvements.
As part of the SDMP, RICK will prepare and submit the following supplemental
deliverables:
• A Technical Memorandum describing best practices for the inspection, operation, and
maintenance of the City's drainage system, including recommendations on the
frequency for reviewing and updating MOIP procedures.
• A Revised Storm Drain Atlas consisting of GIS-based maps and detailed tables that
document existing conditions, model results, deficiencies, and proposed improvements.
The atlas will include, at a minimum:
Maps:
• Existing storm drain infrastructure
• FEMA flood zones and major hydrologic features
• Deficient and missing system segments
• Proposed parallel or replacement system improvements
• Drainage subcatchments and flood hazard zones
• 10- and 100-year street flooding extents
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Mr. Waite
July 2, 2025
Page 12 of 15
• CCTV inspection coverage and inventory confidence
Tables:
• Drainage links and nodes
• Existing storm drains and open channels
• Deficient and missing storm lines
• Storm catch basins and inlets
• Drainage areas
• Link geometry and topology (elevations, length, slope)
• Pipe attributes (size, material, Manning's n)
• Peak flows (Q10, Q100)
• Street capacity and adequacy
• Hydraulic deficiencies (Q10, Q100)
• Conduit capacity evaluations
• Proposed system configurations (parallel or replacement)
• Cost estimates (unit and total)
• Notes/remarks for each segment
12.2 INCORPORATION OF CITY COMMENTS AND FINAL SDMP PRODUCTION
Revise and finalize all content in response to consolidated City review comments. The
final SDMP report will include updated exhibits and with digital copies of all developed
GIS data sets and H&H modeling files. This scope of work assumes that the reports
and GIS data will be delivered in a digital format, and that no hard copies of the SDMP
report will be generated.
12.3 GIS WEB -APPLICATION CONFIGURATION
Deploy a browser -based application with mapped model results, asset data, and CIP
outputs.
12.4 DATA DELIVERY: MODEL, GIS, AND REPORTS
Provide all data files in non-proprietary formats and organize deliverables per City
standards.
Deliverables:
• Draft and final SDMP report (PDF and Word)
• All GIS layers and geodatabases
• Model files and outputs
• Web GIS viewer and user training material
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Mr. Waite
July 2, 2025
Page 13 of 15
Fee
Our fee for the above -described work would be on a time and materials basis not to
exceed $ 449,700.00, without authorization, as outlined in the attached `Fee Schedule'
for Phase 1 efforts.
Fees and expenses will be billed monthly as the work progresses, and the net amount
shall be due within thirty (30) days from the date of receipt of the invoice in the Client's
office.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Cost Loaded Work Plan
City of Tustin
Professional Engineering Services for the Storm Drain Master Plan
July 2, 2025
RICK ENGINEERING COMPANY SUB -CONSULTANT TOTAL
Ix IX :
Task 1: Project Management, Meetings, and Coordination
1.1 Project Kickoff Meeting and Work Plan Development
2
8
2
2
$3,440
$3,440
$1,620
$1,620
$5,060
1.2 BimonthlyProgress Meetings u to 7 total
5
14
7
$6,680
$6,680
$3,780
$3,780
$10,460
1.3 MonthlyProgress Reports and Invoicing14
14
$6,720
$6,720
$540
$540
$7,260
1.4 Team Coordination, QA/QC Oversight, and Schedule Maintenance
20
14
$8,280
$8,280
$2,160
$2,160
$10,440
Task 1 Sub -Total
7
56
35
0
0
0
2
0
0
2
$25,120
$0
$25,120
$9,720
$0
$0
$8,100
$33,220
Task 2: Data Collection and Compilation
2.1 Historical Document, Technical Study/Report and Plan Review
1
8
26
20
16
$13,030
$13,030
$5,400
$5,400
$18,430
2.2 GIS Data Compilation and QA/QC 388 as-builts sheets reviewed/digitized)
5
20
40
60
40
140
$47,300
$47,300
$20,000
$20,000
$67,300
2.3 Field Verification and Attribute Confirmation 10 days)
4
40
$9,040
$9,040
$15,600
$15,600
$24,640
2.4 CCTV Inspection Program and PACP Condition Grading 10 days)
2
8
$2,120
$2,120
$0
$30,000
$30,000
$32,120
2.5 Inventory Confidence Mapping and Data Gap Analysis
4
20
20
$8,640
$8,640
$0
$0
$8,640
Task 2 Sub -Total
1
23
0
46
0
60
144
60
140
0
$80,130
$0
$80,130
$41,000
$0
$30,000
$71,000
$151,130
Task 3: H&H Modeling and Analysis
3.1 Subcatchment Delineation and Drainage Area Setup
4
8
20
140
140
20
40
$57,600
$57,600
$0
$0
$57,600
3.2 Hydrology Development for Existing and Future Conditions
4
8
40
32
32
$22,800
$22,800
$4,760
$4,760
$27,560
3.3 Hydraulic Network Buildout, Dual Drainage Connectivity, and Model Runs
12
40
100
100
120
20
$66,420
$66,420
$0
$0
$66,420
3.4 Model Calibration and Verification
2
12
20
40
40
60
$30,220
$30,220
$5,428
$5,428
$35,648
3.5 Deficiency Mapping and Level -of -Service Summaries
8
20
16
40
$15,980
$15,980
$0
$0
$15,980
Task 3 Sub -Total
6
44
108
212
312
320
16
80
40
0
$193,020
$0
$193,020
$10,188
$0
$0
$10,188
$203,208
Task 4: Funding Strategy and Grant Support
4.1 Review and Alignment with Current and Emerging Grant Programs
40
$7,200
$7,200
$0
$0
$7,200
4.2 Technical Memo on Financing Options and Fee Structures
14
$2,520
$2,520
$0
1 $17,500
$17,500
$20,020
Task 6 Sub -Total
0
0
0
0
0
0
0
0
0
54
$9,720
$0
$9,720
$0
$17,500
$0
$17,500
$27,220
Task 5: Final Deliverables
5.1 Draft SDMP Preparation and Submittal
2
12
24
10
5
5
10
$13,725
$13,725
$1,826
$1,826
$15,551
5.2 Incorporation of City Comments and Final SDMP
1
6
8
16
8
$7,580
$7,580
$1,350
$1,350
$8,930
5.3 Web GIS Viewer Configuration and Training
2
20
8
$5,960
$5,960
$0
$0
$5,960
5.4 Data Delivery: Model, GIS, and Reports
2
8
12
$4,020
$4,020
$0
$0
$4,020
Task 8 Sub -Total
Direct Costs milage, printin
3
22
40
26
0
25
25
8
10
0
$31,285
$0
$211
$31,285
$211
$3,176
$250
$0
$0
$3,176
$250
$34,461
$461
Total Project Hoursl
17
1 145
183
1 284
1 312
1 405
1 187
148
190
56
Total Project Costl
$5,100
1 $36,660
1 $40,260
1 $49,700
1 $48,640
1 $58,725
1 $37,400
1 $26,640
1 $23,750
1 $10,080
1 $339,275
1 $211
1 $339,486
1 $64,284
1 $17,500
1 $30,000
1 $110,214
1 $449,700
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Cost Loaded Work Plan: Optional Tasks
City of Tustin
Professional Engineering Services for the Storm Drain Master Plan
July 2, 2025
COMPANYRICK ENGINEERING TOTAL
w IX IX
Task 6: Project Management, Meetings, and Coordination
6.1 Bimonthly Progress Meetings (up to 5 total
3
10
5
$4,600
$4,600
$2,700
$2,700
$7,300
6.2 Monthly Progress Reports and Invoicing
10
10
$4,800
$4,800
$1,350
$1,350
$6,150
6.3 Team Coordination, QA/QC Oversight, and Schedule Maintenance
12
10
$5,320
$5,320
$810
$810
$6,130
Public Meeting (Optional $/meetin
8
4
$2,780
$2,780
$1,080
$1,080
$3,860
Task 6 Sub-Totall
3
1 40
25
4
0
0
0
0
0
0
$17,500
$0
$17,500
$5,940
$0
$0
$5,940
$23,440
Task 7: Data Collection and Compilation
7.1 CCTV Inspection Program and PACP Condition Grading 10 days per Phase
4
8
$2,640
$2,640
$0
$30,000
$30,000
$32,640
Task 7 Sub-Totall
0
1 4
1 0
1 0
1 0
1 0
1 8
1 0
1 0
1 0
1 $2,640
1 $0
1 $2,640
1 $0
1 $0
1 $30,000
1 $30,000
1 $32,640
Task 8: Capital Improvement Program CIP
8.1 Deficiency Review and Preliminary Project Identification 5 CIP Projects
2
8
8
20
50
60
8
$26,080
$26,080
$0
$0
$26,080
8.2 CIP Prioritization Matrix and Scoring Criteria
1
8
2
8
16
6
$7,650
$7,650
$5,428
$5,428
$13,078
8.3 CIP Project Bundling and Tiering by Phase
2
8
16
20
$8,280
$8,280
$0
$0
$8,280
8.4 Cost Estimation and Implementation Schedule
6
8
8
$4,600
$4,600
$7,460
$7,460
$12,060
Task 8 Sub-Totall
3
24
26
44
94
66
0
8
0
0
$46,610
$46,610
$12,888
$0
$0
$12,888
$59,498
Task 9: NPDES and Policy Integration
9.1 Review of Current NPDES Program Elements
2
$520
$520
$6,600
$6,600
$7,120
9.2 Development Fee Evaluation
8
$2,080
$2,080
$6,600
$6,600
$8,680
9.3 LID/Regional BMP Siting and Feasibility Review
8
$2,080
$2,080
$7,176
$7,176
$9,256
9.4 Integration of Water Quality and Flood Management Elements
2
6
$1,840
$1,840
$4,215
$4,215
$6,055
Task 9 Sub -Total
0
20
6
0
0
0
0
0
0
0
$6,520
$0
$6,520
$24,591
$0
$0
$24,591
$31,111
Task 10: Funding Strategy and Grant Su oh
10.1 Project Grouping and Shovel -Ready Justifications
8
40
$9,280
$9,280
$0
$0
$9,280
10.2 DIF Nexus Support
4
8
$2,320
$2,320
$0
$20,000
$20,000
$22,320
10.3 Technical Memo on Financing Options and Fee Structures
6
$1,080
$1,080
$0
$7,500
$7,500
$8,580
Task 10 Sub -Total
0
12
0
0
8
0
0
0
0
46
$12,680
$0
$12,680
$0
$27,500
$0
$27,500
$40,180
Task 11: Staff Training and Capacity Buildin
11.1 Training Material Preparation and Scheduling
4
20
$3,940
$3,940
$0
$0
$3,940
11.2 Session Delivery GIS, PCSWMM, and SDMP
18
18
$7,290
$7,290
$0
$0
$7,290
11.3 Post -training Support Resources and Documentation
4
16
$3,360
$3,360
$0
$0
$3,360
Task 11 Sub -Total
0
26
0
0
0
54
0
0
0
0
$14,590
$14,590
$0
$0
$0
$0
$14,590
Task 12: Final Deliverables
12.1 Draft Revised SDMP Preparation and Submittal Revisions
2
6
16
6
3
3
6
$8,515
$8,515
$1,286
$1,286
$9,801
12.2 Incorporation of City Comments and Final SDMP Revisions
1
4
6
16
8
$6,620
$6,620
$1,350
$1,350
$7,970
12.3 Web GIS Viewer Configuration and Training
8
8
40
16
$14,720
$14,720
$1,760
$1,760
$16,480
12.4 Data Delivery: Model, GIS, and Reports
2
6
12
12
$5,980
$5,980
$1,320
$1,320
$7,300
Task 8 Sub -Total
Direct Costs mila e,printing)
3
20
36
22
0
23
55
16
6
0
$35,835
$0
$70
$35,835
$70
$5,716
$20
$0
$0
$5,716
$20
$41,551
$90
Total Project Hoursl
9
1 146
1 93
1 70
1 102
1 143
1 63
1 24
J 6
1 46
Total Project Costl
$2,700
1 $36,920
1 $20,460
1 $12,250
1 $15,040
1 $20,7351
$12,600
1 $4,320
1 $750
1 $8,280
1 $136,375
1 $70
1 $136,375
1 $49,135
1 $27,500
1 $30,000
1 $106,635
1 $243,100
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Mr. Waite
July 2, 2025
Page 14 of 15
Schedule
The project schedule has been updated to reflect the current scope of work. If any optional
tasks are authorized by the City, the overall project duration will be adjusted accordingly,
based on a mutually agreed -upon extension
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Project Kickoff - 9/2025
Task 1: Project Management, Meetings, and Coordination Ongoing
Task 2: Data Collection and Compilation 140 Days
Task 3: H&H Modelina and Analvsis 120 Days
Task 4: Funding Strategy and Grant Support Ongoing
Task 5: Final Deliverables 20 Days
Project Completion 11/2026
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41 D36F
EXHIBIT "C"
CONSULTANT'S FEE PROPOSAL
12
/msd/
4935-5738-6068, v. 1
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F961OC41 D36F
Mr. Waite
July 2, 2025
Page 13 of 15
Fee
Our fee for the above -described work would be on a time and materials basis not to
exceed $ 449,700.00, without authorization, as outlined in the attached `Fee Schedule'
for Phase 1 efforts.
Fees and expenses will be billed monthly as the work progresses, and the net amount
shall be due within thirty (30) days from the date of receipt of the invoice in the Client's
office.
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Cost Loaded Work Plan
City of Tustin
Professional Engineering Services for the Storm Drain Master Plan
July 2, 2025
RICK ENGINEERING COMPANY SUB -CONSULTANT TOTAL
Ix IX :
Task 1: Project Management, Meetings, and Coordination
1.1 Project Kickoff Meeting and Work Plan Development
2
8
2
2
$3,440
$3,440
$1,620
$1,620
$5,060
1.2 BimonthlyProgress Meetings u to 7 total
5
14
7
$6,680
$6,680
$3,780
$3,780
$10,460
1.3 MonthlyProgress Reports and Invoicing14
14
$6,720
$6,720
$540
$540
$7,260
1.4 Team Coordination, QA/QC Oversight, and Schedule Maintenance
20
14
$8,280
$8,280
$2,160
$2,160
$10,440
Task 1 Sub -Total
7
56
35
0
0
0
2
0
0
2
$25,120
$0
$25,120
$9,720
$0
$0
$8,100
$33,220
Task 2: Data Collection and Compilation
2.1 Historical Document, Technical Study/Report and Plan Review
1
8
26
20
16
$13,030
$13,030
$5,400
$5,400
$18,430
2.2 GIS Data Compilation and QA/QC 388 as-builts sheets reviewed/digitized)
5
20
40
60
40
140
$47,300
$47,300
$20,000
$20,000
$67,300
2.3 Field Verification and Attribute Confirmation 10 days)
4
40
$9,040
$9,040
$15,600
$15,600
$24,640
2.4 CCTV Inspection Program and PACP Condition Grading 10 days)
2
8
$2,120
$2,120
$0
$30,000
$30,000
$32,120
2.5 Inventory Confidence Mapping and Data Gap Analysis
4
20
20
$8,640
$8,640
$0
$0
$8,640
Task 2 Sub -Total
1
23
0
46
0
60
144
60
140
0
$80,130
$0
$80,130
$41,000
$0
$30,000
$71,000
$151,130
Task 3: H&H Modeling and Analysis
3.1 Subcatchment Delineation and Drainage Area Setup
4
8
20
140
140
20
40
$57,600
$57,600
$0
$0
$57,600
3.2 Hydrology Development for Existing and Future Conditions
4
8
40
32
32
$22,800
$22,800
$4,760
$4,760
$27,560
3.3 Hydraulic Network Buildout, Dual Drainage Connectivity, and Model Runs
12
40
100
100
120
20
$66,420
$66,420
$0
$0
$66,420
3.4 Model Calibration and Verification
2
12
20
40
40
60
$30,220
$30,220
$5,428
$5,428
$35,648
3.5 Deficiency Mapping and Level -of -Service Summaries
8
20
16
40
$15,980
$15,980
$0
$0
$15,980
Task 3 Sub -Total
6
44
108
212
312
320
16
80
40
0
$193,020
$0
$193,020
$10,188
$0
$0
$10,188
$203,208
Task 4: Funding Strategy and Grant Support
4.1 Review and Alignment with Current and Emerging Grant Programs
40
$7,200
$7,200
$0
$0
$7,200
4.2 Technical Memo on Financing Options and Fee Structures
14
$2,520
$2,520
$0
1 $17,500
$17,500
$20,020
Task 6 Sub -Total
0
0
0
0
0
0
0
0
0
54
$9,720
$0
$9,720
$0
$17,500
$0
$17,500
$27,220
Task 5: Final Deliverables
5.1 Draft SDMP Preparation and Submittal
2
12
24
10
5
5
10
$13,725
$13,725
$1,826
$1,826
$15,551
5.2 Incorporation of City Comments and Final SDMP
1
6
8
16
8
$7,580
$7,580
$1,350
$1,350
$8,930
5.3 Web GIS Viewer Configuration and Training
2
20
8
$5,960
$5,960
$0
$0
$5,960
5.4 Data Delivery: Model, GIS, and Reports
2
8
12
$4,020
$4,020
$0
$0
$4,020
Task 8 Sub -Total
Direct Costs milage, printin
3
22
40
26
0
25
25
8
10
0
$31,285
$0
$211
$31,285
$211
$3,176
$250
$0
$0
$3,176
$250
$34,461
$461
Total Project Hoursl
17
1 145
183
1 284
1 312
1 405
1 187
148
190
56
Total Project Costl
$5,100
1 $36,660
1 $40,260
1 $49,700
1 $48,640
1 $58,725
1 $37,400
1 $26,640
1 $23,750
1 $10,080
1 $339,275
1 $211
1 $339,486
1 $64,284
1 $17,500
1 $30,000
1 $110,214
1 $449,700
Docusign Envelope ID: 38064E8A-4F76-44FF-82D5-F9610C41D36F
Cost Loaded Work Plan: Optional Tasks
City of Tustin
Professional Engineering Services for the Storm Drain Master Plan
July 2, 2025
COMPANYRICK ENGINEERING TOTAL
w IX IX
Task 6: Project Management, Meetings, and Coordination
6.1 Bimonthly Progress Meetings (up to 5 total
3
10
5
$4,600
$4,600
$2,700
$2,700
$7,300
6.2 Monthly Progress Reports and Invoicing
10
10
$4,800
$4,800
$1,350
$1,350
$6,150
6.3 Team Coordination, QA/QC Oversight, and Schedule Maintenance
12
10
$5,320
$5,320
$810
$810
$6,130
Public Meeting (Optional $/meetin
8
4
$2,780
$2,780
$1,080
$1,080
$3,860
Task 6 Sub-Totall
3
1 40
25
4
0
0
0
0
0
0
$17,500
$0
$17,500
$5,940
$0
$0
$5,940
$23,440
Task 7: Data Collection and Compilation
7.1 CCTV Inspection Program and PACP Condition Grading 10 days per Phase
4
8
$2,640
$2,640
$0
$30,000
$30,000
$32,640
Task 7 Sub-Totall
0
1 4
1 0
1 0
1 0
1 0
1 8
1 0
1 0
1 0
1 $2,640
1 $0
1 $2,640
1 $0
1 $0
1 $30,000
1 $30,000
1 $32,640
Task 8: Capital Improvement Program CIP
8.1 Deficiency Review and Preliminary Project Identification 5 CIP Projects
2
8
8
20
50
60
8
$26,080
$26,080
$0
$0
$26,080
8.2 CIP Prioritization Matrix and Scoring Criteria
1
8
2
8
16
6
$7,650
$7,650
$5,428
$5,428
$13,078
8.3 CIP Project Bundling and Tiering by Phase
2
8
16
20
$8,280
$8,280
$0
$0
$8,280
8.4 Cost Estimation and Implementation Schedule
6
8
8
$4,600
$4,600
$7,460
$7,460
$12,060
Task 8 Sub-Totall
3
24
26
44
94
66
0
8
0
0
$46,610
$46,610
$12,888
$0
$0
$12,888
$59,498
Task 9: NPDES and Policy Integration
9.1 Review of Current NPDES Program Elements
2
$520
$520
$6,600
$6,600
$7,120
9.2 Development Fee Evaluation
8
$2,080
$2,080
$6,600
$6,600
$8,680
9.3 LID/Regional BMP Siting and Feasibility Review
8
$2,080
$2,080
$7,176
$7,176
$9,256
9.4 Integration of Water Quality and Flood Management Elements
2
6
$1,840
$1,840
$4,215
$4,215
$6,055
Task 9 Sub -Total
0
20
6
0
0
0
0
0
0
0
$6,520
$0
$6,520
$24,591
$0
$0
$24,591
$31,111
Task 10: Funding Strategy and Grant Su oh
10.1 Project Grouping and Shovel -Ready Justifications
8
40
$9,280
$9,280
$0
$0
$9,280
10.2 DIF Nexus Support
4
8
$2,320
$2,320
$0
$20,000
$20,000
$22,320
10.3 Technical Memo on Financing Options and Fee Structures
6
$1,080
$1,080
$0
$7,500
$7,500
$8,580
Task 10 Sub -Total
0
12
0
0
8
0
0
0
0
46
$12,680
$0
$12,680
$0
$27,500
$0
$27,500
$40,180
Task 11: Staff Training and Capacity Buildin
11.1 Training Material Preparation and Scheduling
4
20
$3,940
$3,940
$0
$0
$3,940
11.2 Session Delivery GIS, PCSWMM, and SDMP
18
18
$7,290
$7,290
$0
$0
$7,290
11.3 Post -training Support Resources and Documentation
4
16
$3,360
$3,360
$0
$0
$3,360
Task 11 Sub -Total
0
26
0
0
0
54
0
0
0
0
$14,590
$14,590
$0
$0
$0
$0
$14,590
Task 12: Final Deliverables
12.1 Draft Revised SDMP Preparation and Submittal Revisions
2
6
16
6
3
3
6
$8,515
$8,515
$1,286
$1,286
$9,801
12.2 Incorporation of City Comments and Final SDMP Revisions
1
4
6
16
8
$6,620
$6,620
$1,350
$1,350
$7,970
12.3 Web GIS Viewer Configuration and Training
8
8
40
16
$14,720
$14,720
$1,760
$1,760
$16,480
12.4 Data Delivery: Model, GIS, and Reports
2
6
12
12
$5,980
$5,980
$1,320
$1,320
$7,300
Task 8 Sub -Total
Direct Costs mila e,printing)
3
20
36
22
0
23
55
16
6
0
$35,835
$0
$70
$35,835
$70
$5,716
$20
$0
$0
$5,716
$20
$41,551
$90
Total Project Hoursl
9
1 146
1 93
1 70
1 102
1 143
1 63
1 24
J 6
1 46
Total Project Costl
$2,700
1 $36,920
1 $20,460
1 $12,250
1 $15,040
1 $20,7351
$12,600
1 $4,320
1 $750
1 $8,280
1 $136,375
1 $70
1 $136,375
1 $49,135
1 $27,500
1 $30,000
1 $106,635
1 $243,100