Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A8563 - CAROLLO ENGINEERS Inc
® CERTIFICATE OF LIABILITY INSURANCE 111. O 7/4i2025 DATE(MWDDnrvr) 1 7/I/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER LOCICIOD Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 kcuu@locklDn.com RECEIVED NAME: CONTACT PHONE FAX No), E-MNL ADDRESS: INSURE S AFFORDING COVERAGE NMC/ INSURER A:Zurich American Insurance Comp an 16535 M5 NM CAROLLO ENGINEERS, INC. 1472602 2795 MITCHELL DR. JUL 02 2024 WALNUT CREEK CA 94598-1601 OFFICE OF THE CITY C INSURER B : Allied World SuTlus Lines Insurance Company 24319 INSURERC: INsuRER o: RE: INSURER F : COVERAGES CERTIFICATE NUMBER: 16860979 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUER POLICY NUMBER NLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y N OLD 9730569 7/4/2024 7/4/2025 EACH OCCURRENCE 3 2 000 000 PREMISES Ea occurrerwe $ 2 000 000 MED EXP (Any one Person) s 25,000 PERSONAL S ADV INJURY OOO t 1000.000 GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 4000000 POLICY � PRO. LOC PRODUCTS - COMP/OP AGO S 4,000,000 S OTHER: A AlnoMoese LIABILITY Y N BAP 9730571 7/42024 7/4/2025 COMBINED E accident)GLLIMITs 2,000,000 BODILY INJURY (Per person) 5 j[)()C) p�{ ANYAUTO BODILY INJURY (Par accident) $ X��{ OWNED SCHEDULED AUTOS ONLY AUTOS IX X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTYDAMAGE Par axidant $ xxxxxxx $ 1,000 UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE S XXXXXXX AGGREGATE $ XXXXXXX EXCESS LIAB CVJMS4AADE DED I I RETENTION S $ XXXXXXX A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N OANY FFICEWMEM ER FXCLUDEIE ECUTIVE ❑N (Mandatory in NH) NIA Y WC 9730570 7/4/2024 7/4/2025 X STATUTE L—tZR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1.000.000 N yyaann dascmae under OESdRIPTION OF OPERATIONS below B PROFESSIONAL N N 0313-9010 7/4/2024 7/42025 EACH CLAIM: $2,000,000; LIABILITY AGGREGATE: $2,000,000 FULL PRIOR ACTS DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addtlonal Remarks Schaduls, may be attached H mom apace Is "uh ad) As -Needed "On -Call" Wastewater Engineering Services. City of Palm Springs, its officials, employees, and agents are additional insureds as respects general liability and auto liability, and these coverages we primary and non-contributory, as required by written contract. Waiver of subrogation applies to workers compensation/employer's liability where allowed by state law and as required by written contract. (SEE ATTACHED) CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 16860979 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Palm Spriggs ACCORDANCE WITH THE POLICY PROVISIONS. Attu: City Clerk 3200 E. Tahquitz Canyon Way AUTHORIZED REPRESENTATI Palm Springs CA 92262 M ACORD 25 (2016103) © 1988L2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD :ONTINUATION DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS (Use only H more space is required( Thirty (30) days' notice of cancellation by the insurer will be provided to the Certificate Holder, then (10) days' notice in the event of non-payment of premium. Professional Liability Deductible: $10,000. NCORD 25 (2016103) Certificate Holder ID: 16860979 Attachment Code: D573119 Certificate ID: 16860979 POLICY NUMBER: 0313-9010 ENDORSEMENT NOTICE OF CANCELLATION TO DESIGNATED ENTITY(IES) Policy No. 0313-9010 Issued to Carollo Engineers, Inc. Issued by Allied World Surplus Lines Insurance Company In consideration of the premium charged, it is hereby agreed that Section VIII. CONDITIONS, Subsection H. is amended to include the following: In the event of cancellation or non -renewal of this Policy, the Company will provide a thirty -day notice to the entity with whom the Named Insured has agreed, pursuant to a prior written contract, to provide to such entity with a notice of cancellation or non -renewal. Provided, however, that in the event of cancellation for non-payment of premium, the Company shall provide to such entity a ten-day notice of cancellation before the effective date of cancellation. In addition, in the event of a reduction in the Limits of Liability of this Policy not resulting from payment of Damages or Defense Expenses, the Company will provide a sixty-day notice to the entity with whom the Named Insured has agreed with, pursuant to a prior written contract, to provide such entity with a notice of such reduction in limits. As a condition precedent to providing the notices specified above, the Named Insured will provide the Company, within ten (10) business days of the Company's request, the names and addresses of the entities with whom the Named Insured agreed to provide the notices specified above. In the event the Named Insured omits or fails to provide the foregoing information, the Company shall not provide such notices. The Company's failure to provide such notices will not extend the Policy cancellation date, negate cancellation, non -renewal or reduction in limits, of this Policy. Nor shall such failure be cause for legal action against the Company. All other terms, conditions and limitations of this Policy shall remain unchanged. CEI Mann (06/23) Attachment Code: D573121 Certificate ID: 16860979 POLICY NUMBER: BAP 9730571 Notification to Others of Cancellation, Nonrenewal or Reduction of Insurance THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this Coverage Part is reduced or restricted, except for any reduction of Limits of Insurance due to payment of claims, we will mail or deliver notice of such reduction or restriction: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / I Number of Days Notice: All certificate holders where notice of All other terms and conditions of this policy remain unchanged. U-CA-811-A CW (05/10) 60 Attachment Code: D573122 Certificate ID: 16860979 POLICY NUMBER: GLO 9730569 Notification to Others of Cancellation, Nonrenewal or Reduction of Insurance THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel or non -renew this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this Coverage Part(s) is reduced or restricted, except for any reduction of Limits of Insurance due to payment of claims, we will mail or deliver notice of such reduction or restriction: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Number of Days Notice: Or anization s : All certificate holders where notice of cancellation is 60 required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. U-GL-1447-A CW (05/10) Attachment Code: D573124 Certificate ID: 16860979 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34 NOTIFICATION TO OTHERS OF CANCELLATION, NONRENEWAL OR REDUCTION OF INSURANCE ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel or non -renew this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to you, of the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this policy is reduced or restricted, except for any reduction of Limits of Liability due to payment of claims, we will mail or deliver notice of such reduction or restriction to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Number of Days Notice: Or anization s : All certificate holders where notice of cancellation is 60 required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC 9730570 Insured CAROLLO ENGINEERS, INC. Insurance Company Zurich American Insurance Company WC990634 (Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance, Inc. with its permission. Attachment Code: D573125 Certificate ID: 16860979 POLICY NUMBER: BAP 9730571 COMMERCIAL AUTO CA 20 48 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom or which you are required to provide additional insured status or additional insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except where such contract or agreement is prohibited by law. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section If — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Attachment Code: D573129 Certificate ID: 16860979 POLICY NUMBER: GLO 9730569 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization, other than an architect, Any Location or project, other than a wrap-up or other engineer or surveyor, whom you are required to add as consolidated insurance program location or project for an additional insured under this policy under a written which insurance is otherwise separately provided to contract mark or written agreement executed prior to you by a wrap-up or other consolidated insurance loss. program Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended B. to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. CG 20 37 12 19 Attachment Code: D579070 Certificate ID: 16860979 POLICY NUMBER: GLO 9730569 Other Insurance Amendment - Primary and Non -Contributory THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW (04/13) Attachment Code: D573128 Certificate ID: 16860979 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed'. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization you are required to waive your rights of recovery in a written contract, agreement or permit with the Named Insured. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC 9730570 Insured CAROLLO ENGINEERS, INC. Insurance Company Zurich American Insurance Company WC000313 City of Palm Springs Engineering Services Department 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760) 323-8253 • Fax: (760) 322-8360 • Web: www.palmspringsca.gov June 4, 2024 Carollo Engineers, Inc. ATTN: Doug Lanning, PE, Senior Vice President 3150 Bristol Street, Suite 500 Costa Mesa, CA 92626 Re: Professional Services Agreement No. 8563 for On-Call Wastewater Engineering Services Dear Mr. Lanning, The referenced agreement expires on June 30, 2023, and in accordance with Section 3.4 of said Agreement may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for an additional year to June 30, 2025. This is the first of two (2) one-year extensions provided for in said agreement. The option for a price adjustment not to exceed the Bureau of Labor Statistic’s Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12-month period effective on the anniversary date has been requested by Carollo Engineers, Inc. If you have any questions or concerns regarding the extension of this Agreement, please contact me at your earliest convenience. Sincerely, Joel Montalvo City Engineer Approved by: _________________________________ _____________________________ Scott C. Stiles, City Manager Date Please sign to agree to extending Agreement 8563 for one (1) year ending June 30, 2025. __________________________________ _____________________________ Carollo Engineers, Inc. Date DocuSign Envelope ID: 2A57F4EB-6CF3-4194-9CEC-291B6CC828BB 6/4/2024 6/11/2024 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON -CALL WASTEWATER ENGINEERING SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this _& day of 0111, 20 _R by and between the CITY OF PALM SPRINGS. a California charter city and municipal rporation, (hereinafter referred to as "City") and CAROLLO ENGINEERS, INC., (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for As -Needed, "On -Call" Wastewater Engineering Services for a variety of future wastewater projects, (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide As -Needed, "On -Call" Wastewater Engineering Services for a variety of future wastewater projects to City pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). Consultant shall perform the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of California. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"); and (5) the Task Order (as defined herein) (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, Task Order, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (Vg the terms of this Agreement; (2nd) the provisions of the Task Order; (Yd) Scope of Services (Exhibit "A"), as may be amended from time to time; (4th) the provisions of the City's Request for Proposal (Exhibit "B"); and (5th) the provisions of the Consultant's Proposal (Exhibit "C"}. 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. Consultant shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work required by this Agreement, and shall indemnify, defend. and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed. and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or City Engineer, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the City Engineer to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform the Work. 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any Work under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the Services required by this Agreement will vary dependent upon the number, type, and extent of the Services the Consultant shall provide; and no guarantee of the extent or the type of Services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of projects requiring the Consultant's Services has not been identified for this Agreement, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Amount" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order authorized by the City Engineer or the City Manager as provided in this Section 2. L The method of compensation for each separate City authorized Task Order may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "U', or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the risk that the Services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of projects requiring the Consultant's Services throughout the duration of the term of this Agreement, if any. Consultant's compensation shall be limited to the Maximum Contract Amount identified on each separate, individually authorized Task Order corresponding to a project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required Services necessary for the projects. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment. no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for Services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the Services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice. as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scone. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any Services and Consultant shall not be entitled to payment for any Services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the Services 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 the agreed upon Schedule of Performance for each Task Order. Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non -performing Party. Delays shall not entitle Consultant to any additional compensation regardless of the Party responsible for the delay. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written Task Order and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time for performance of Services to be rendered under each Task Order may be extended because of any delays due to a Force Majeure Event, if Consultant notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Consultant's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Consultant notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. The Consultant will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing. the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall commence on July 1, 2020 and continue in full force and effect for three (3) years. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. 4. COORDINATION OF WORK 4.1 Reoresentative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Douglas Lanning, PE, Senior Vice President. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to cant' out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Consultant shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provisions making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subconsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subconsultant and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants. representatives, or agents, or in fixing their number, compensation, or hours of service. 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, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement. City shall not pay salaries. wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers. employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations. other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes. or benefits of Consultant's officers, employees, servants, representatives, subconsultants, or agents, Consultant shall indemnify City for all such financial obligations. 4.5 California Labor Code Re uirements. A. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects ("Prevailing Wage Laws"). If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is S 15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable "public works" or "maintenance" project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 5. INSURANCE 5.1 Tvaes of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance. all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement. standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two -million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement. whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subconsultants, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000.000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent Consultants, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non - owned, leased, and hired cars. E. Employeriability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self -insured retentions. City reserves the right to reject deductibles or self -insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self -insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: A. For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. B. Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. C. All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. D. None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. E. Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. F. Consultant agrees to ensure that subconsultants, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subconsultants and others engaged in the Project will be submitted to the City for review. G. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. H. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. I. Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. J. The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. K. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. L. Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No. " or ' for any and all H ork performed with the City" may be included in this statement). C. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant*s sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. 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 under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 6.2 If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant in the performance of the Services or this Agreement, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. 7. REPORTS AND RECORDS 7.1 Accountine Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work contemplated herein or. if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subconsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subconsultants shall provide for assignment to City of any documents or materials prepared by them. and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of Services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Insuection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data. documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books. records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1554) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Consultant. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Consultant shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall not be entitled to payment for unperformed Services, and shall not be entitled to damages or compensation for termination of Work. Consultant may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days. or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with.the provisions of Section 8.4.13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Riahts and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Leaal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default. to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non -prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor -in -interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Aeainst Discrimination. In connection with its performance under this Agreement. Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex. age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyriebt Infrin ement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however. that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre -paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm Springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 Telephone: (760) 323-8204 To Consultant: Carollo Engineers, Inc. Attention: Douglas Lanning, PE, Senior Vice President 3150 Bristol Street, Suite 500 Costa Mesa, CA 92626 Telephone: (714) 593-5124 103 Entire Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision. or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein. nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third -party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above -referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing. (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 10.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CIT OF PALM SPRINGS, CA By A ony Mejia, t Date: 'C 3 f&W APPROVED AS TO FORM: By JeffreykBadinjer, Qffy Attorney Date: 'TL,,( Old CONSULTANT CONTENTS APPROVED: ItBy David H. Ready, Cit Mana Date: �► APPROVED BY CITY COUNCIL: Date: L -n-Agreement No. -3 Name: Carollo Engineers, Inc. 4corporation Check one: Individual Partnership APPROVED BY CRY COUNCIL Affa 'I Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer. Assistant Treasurer, or Chief Financial Officer. Address: Carollo Engineers. Inc. 3150 Bristol Street, Suite 500 Costa Mesa, CA 92626 By: Sig u (notarized) Name: PILUALAS tkP L)J� Title:_ S , By: '�(w Signature (notarized) Name: Vw P. z4N Title: Vice CALWORIM ALL-PURPOSE term. Com i I is* A ramy pubic a ofrr of r oortIFleting On aertiscats ware G* ttts rderttiH of the irt3nriial sfw DO* ttw dm meat is edrr h ftia oa eate o sWchod and not rbe nud* km. =cLffw t Of voidtp of thO doccm wVt 9Lats of CaSfornm Coulty of On 1 05 PM oppsm I tb1)�, who pro+r«f to me an the bars of sabofectory evidertoe to be the pamon(s) -hoax nuns) ia/are arbwrt)ed to the wdhin nabranord and ackrw ledped to me the hehtheAAsy executed the tonne in twin Aheir wAtw and cxpocdy(ieo� and that by hralherRheir a+gradure(s) on the watru nerd the person(a). or the artbty upon betmlt of which the person(s) acted. eareouW the wcbu meat_ ! midy under PENALTY OF PEFUURY under the laws of the 9ffiIe of Cotdarms that the toregang paragraph w true end aonect. SA4NDRA L CABRERA VVITNEand offiew sea. COMM# 2280218 NOTARYSm �Sgaue o//oary �P�rb�G�cY CSEPT � Ptaoe hthwy Seal Above OPTIMAL Thagr Hrkr avcs h opborre4 aerrlple&W bbo k 0onnzbon can deter aftn tbn of the docuffxwd or In u iAwd mdfadurard of Has tbrm to an urwriended docurnent Description of Attached Doewnent True at Type of Docuenertt Number of Pagrs: Documord Onto: sgnw(a) Other Than blamed Above• Capoc*Ksoo) Cleaned by Sig1e*(e) aww''a Name: ❑ co9mmoto Offimer — Tdlow.- ❑ Partner — ❑ L0 iisd ❑ General O bdividLed p,Attorney in Fact O Trudge a ❑ Guarder! or Cormetwtur n cv! — signer Is : 9rgrwe a Noma_ ❑ Corporate Otfioer — Tdfe(s): ❑ Partrw — ❑ United ❑ General ❑ bKbvmju:d O Attomsy in Fad O Trudee O Guardian or Conservator ❑ other signor Is RoP O: 02014 Nabar 'pia A�ef ogoAran • wwrrI�rsatidwyoe9' i-800-U3 NOTAfiY (t 800.87b 88271 ttstn d5Y07 EXHIBIT "A" SCOPE OF SERVICES The Consultant shall provide first class as -needed on -call Wastewater Engineering Design Services associated with various City Projects at the W WTP and related to the sewer collection system. Typical duties may include, but are not limited to the following: 1. Prepare or examine engineering plans, specifications, designs, cost estimates, bid proposals and legal descriptions for a variety of WWTP and sewer system capital projects. 2. Serve at the discretion/direction of City Engineer on a variety of construction or capital improvement projects including difficult engineering work. 3. Represent the City in meetings with contractors, developers, consultants, utilities and others. 4. Provide engineering support during construction, assist with contract administration functions, negotiate on behalf of the City, and recommend change orders when applicable. The City intends to pursue the State Water Revolving Fund (SWRF) Loan to finance one or more of the future capital projects. Additional optional services will be requested relating to preparation and processing of SWRF applications and documents; preparation of financial analyses and rate studies; environmental analysis and preparation of technical studies for compliance with CEQA (and "CEQA Plus" for SWRF financed projects) related to capital projects to be designed and constructed; and other related services. The Consultant should identify sub -consultants to provide these additional services if they are not services otherwise provided by the firm. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. The City further reserves the right, when applicable and in the best interests of the City, to require the Civil Engineer to engage sub -consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Civil Engineer of sub -consultants for consideration and reserves the right of approval of any sub -consultant selected by the Civil Engineer on any assigned project. EXHIBIT KB" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA NOTICE INVITING STATEMENTS OF QUALIFICATIONS (SOO)14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting statements of qualifications from professional firms to provide the City with "on -call" Wastewater Engineering Design Services, (hereinafter the "Project"). The objective of this solicitation is to hire one or more on -call firms to provide such services to the City. In the event multiple firms are selected, firms will be placed on a rotation for providing services as required. PROJECT LOCATION: City of Palm Springs, CA SCOPE OF SERVICES: The scope of work includes providing the City with "on -call" Wastewater Engineering Design Services, and related services as may be requested by the City for a variety of City projects as may be assigned. OBTAINING SOO DOCUMENTS AND ADDENDA: The SOO document may be downloaded via the internet at www.Palmspringsca.gov (go to Departments, Procurement, Open Bids & Submittals), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the SOO via the internet, contact Craig Gladders, Procurement and Contracting Manager, via email at craig.gladders a@r)almspringsca.gov to be placed on the interested vendor list for this project, providing your company name, (one) contact person, (one) contact email address, office address, office phone and office fax. Failure to be placed on the interested vendor list as stated above may result in not receiving Addenda to the SOO. Failing to acknowledge Addenda may result in your submittal being non -responsive, or may negatively impact the evaluation of your submittal. We strongly advise that you follow the instructions above if you are interested in submitting your qualifications. EVALUATION OF QUALIFICATIONS AND AWARD OF CONTRACT: This solicitation has been developed in the Statement of Qualifications (SOQ) format for the acquisition of Professional Services on the basis of demonstrated competence and qualifications for the type of services required consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050. Accordingly, firms should take note that multiple factors as identified in the SOQ will be considered by the Evaluation Committee. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA, but shall be negotiated with the successful firm or firms to be fair and reasonable. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All submittals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 7, 2020. The receiving time in the Procurement Office will be the governing time for acceptability of submittals. Telegraphic and telephonic submittals will not be accepted. Reference the SOO document for additional dates and deadlines. Late submittals will not be accepted and shall be returned unopened. SUBMITTALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager February 24, 2020 YALM Ol 'So n CITY OF PALM SPRINGS, CA STATEMENT OF QUALIFICATIONS (SOQ) #14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Statements of Qualifications (SOQ 14-20), for professional services for On -Call Wastewater Engineering Design Services for the City of Palm Springs, CA, (hereinafter the "SOQ") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 7, 2020. It is the responsibility of the respondent to see that any submittal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specked date and time. The receiving time in the Procurement Office will be the governing time for acceptability of submittals. Telegraphic, telephonic, faxed or emailed submittals will not be accepted. Late submittals will be retumed unopened. Failure to register for this SOQ process per the instructions in the Notice Inviting Statements of Qualifications (under "Obtaining SOQ Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a submittal as being non -responsive or negatively impact the evaluation of a submittal. We iWonaly advise that interested firms officially register per the instructions in the Notice. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting statements of qualifications from qualified professional firms to provide the City with On -Call Wastewater Engineering Design Services, and related services as may be requested by the City for a variety of City projects as may be assigned. The objective of this solicitation is to hire one or more on - call firms to provide such services to the City. The City may assign projects at its sole discretion. The City makes no guarantee that only one firm, or two or more firms, will be selected. The City, in its sole discretion, may select only one firm, or more than one firm, to provide the requested services. SCHEDULE: Notice requesting Statements of Qualifications posted and issued ................ February 24, 2020 Deadline for receipt of Questions ................................... Tuesday, March 31, 2020, 3:00 P.M. Deadline for receipt of Submittals.......................................Tuesday, April 7, 2020, 3:00 P.M. Short List / Interviews/ Nf desired by City.......................................................... to be determined Contract awarded by City Council..................................................................... to be determined NOTE: There will NOT be a pre -submittal conference for this procurement "Dates above are subject to change. "KEY" TO SOO ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT 1113" — Non Collusion Affidavit Form. *Must be completed and notarized and included in your Qualifications Submittal envelope. ATTACHMENT "C" — CostlRates Submittal Form. *Must be completed and included in a separately sealed envelope — do NOT include this in your Qualifications Submittal envelope. ATTACHMENT "D" — No Conflict of Interest and Non -Discrimination Form. "Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT "Ell— Business Disclosure Form. *Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT "F" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City owns and operates a wastewater treatment plant (WWTP) and sewer collection system. The Palm Springs WWTP currently provides secondary treatment for an average of 5.9 MGD of wastewater and septage each day. Approximately 25 percent of the secondary effluent from the WWTP is sent to one of six unlined evaporation/percolation ponds. The balance of the effluent is conveyed directly, via a dedicated treated effluent pipe, to the Desert Water Agency's (DWA) Wastewater Reclamation Plant (WRP) for tertiary treatment. Secondary effluent sent to DWA varies seasonally due to changes in recycled water demand. The least amount of effluent (approximately 2 MGD) is sent to DWA during winter months. The current Waste Discharge Requirements (WDR), issued by the Colorado River Basin Water Quality Control Board (CRBWQCB) does not stipulate any limits for nitrogen species or total dissolved salts (TDS). However, the CRBWQCB has requested that the City conduct a comprehensive investigation on the sources of nitrogen and the fate of transport in the groundwater and evaluate the feasibility of achieving an effluent with TN concentration of less than 10 mg/L. Additionally, the CRBWQCB established an interim effluent TDS limit of 700 mg/L, based on the 99th percentile of the WWTP effluent TDS data over the previous three years. The existing process train at the WWTP is not capable of meeting the anticipated total nitrogen (TN) and TDS limits of 10 mg/L and 700 mg/L, respectively. Therefore, process modifications and/or additions would be required at the WWTP if these limits were to be met. The State of California, via assembly bill (AB) 398, has set greenhouse gas (GHG) emission reduction targets of at least 40% below the 1990 level of emission by 2030. Given that Southern California Air Quality Management District (SCAQMD) is already requesting the WWTP to replace its existing flare to comply with emission regulations, it is reasonable to expect regulations to become more stringent in the coming years. Also, it is that organic food waste will be turned away from landfills as early as 2020, with complete elimination from landfills by 2035 to comply with Senate Bill (SB) 1383. These future regulations warrant a fresh look at the solids handling processes and biogas utilization at the WWTP. The City commissioned an update to the City's 2009 Capital Repair and Rehabilitation Plan (CRRP) to identify a long-term financial plan and schedule to prioritize, complete, and fund projects that will improve the WWTP operation to comply with future regulatory requirements. In addition to the CRRP update, an alternatives analysis effort was performed to achieve the following objectives: ➢ Develop the conceptual designs and Class 5 cost estimates for liquids treatment alternatives to achieve anticipated TN and TDS limits ➢ Analyze alternative solids handling practices to minimize odor and dust control issues associated with dewatered and dried solids ➢ Investigate biogas utilization alternatives to gain a new revenue stream while minimizing GHG emissions — with and without food waste acceptance Using the population data from April 2010, maximum average monthly flow of 6.75 MGD (April 2018) and an annual growth rate of 1%, the population is expected to rise to 59,200 people and the flow is expected to reach 8.2 MGD. The alternatives analysis was conducted using an average annual flow of 8.2 MGD and peak hour flow of 21.8 MGD. The results of this analysis has identified a comprehensive list of capital projects to be delivered in the next 10 years, as shown in the following Tables. Table 11-7 - Priority 1(2010-2025) Capital Spending Item Capital Spending SM 2009 CRRP Items New Flaring System $1.04 Digester No. 2 Dome Replacement $1.63 Filtrate Pump Station Upgrades $0.78 General Sitework & Pavement Replacement $1.12 Rehabilitate Sludge Drying Beds 13-18 and 19-25 $1.10 New Access Road with Signalized Access $0.78 Third Digester $14.54 Solids Processing System Upgrades New Dewatering Facility (with Food Waste) $8.89 Sidestreom Centrate Treatment $5.78 Food Waste Receiving Station $2.48 RNG System $6.82 other Improvements Odor Control Improvements $6.14 Abandoned Headworks Demolition $0.30 Abandoned Primary Clarifiers Demolition $1.40 Abandoned Sand Filter Demolition $0.60 Abandoned Chlorine Contactor Demolition $0.40 Collection Systems Repair and Rehabilitation $3.75 Indian Canyon Drive Sewer Extension $5.00 Manhole Replacement $0.10 Bogert Lift Station $2.13 PRIORITY 1 TOTAL $64.78 Table 11 -8 — Priority 2 (2025-2030) Capital Spending Item Capital Spending $M 2009 CRRP Items New Primary Effluent Pump Station $4.52 New Administration Building $2.42 Liquids System Upgrades MBR + Sidestream RO $71.00 Other Improvements Collection Systems Repair and Rehabilitation $3.75 Trickling Filter Demolition (for Liquids Upgrade) $2.20 PRIORITY 2 TOTAL $83.89 The City is investigating alternative approaches to addressing nitrogen and TDS in the effluent that would avoid the need for the significant capital investment with MBR and sidestream RO which will require review and approval by the CRBWQCB. The City is seeking proposals from qualified professional firms to provide on -call Wastewater Engineering Design Services for the various capital projects to be delivered at the WWTP in the next 5 years. The selected firm(s) shall be required to demonstrate successful experience and capacity to provide on -calf "turn -key" Wastewater Engineering Design Services to similar municipal governmental agencies. The City intends to award one or more contracts for on -call Wastewater Engineering Design Services with an initial term of three years, with two one-year extensions upon approval of the City Manager and mutual consent of the selected firm(s), for a total maximum term of five years. The assignment of projects to the on -call firms is not guaranteed and is at the sole discretion of the City. 3. SCOPE OF WORK: The selected firm(s) shall provide first class as -needed on -call Wastewater Engineering Design Services associated with various City Projects at the WWTP and related to the sewer collection system. Typical duties may include, but are not limited to the following: 5. Prepare or examine engineering plans, specifications, designs, cost estimates, bid proposals and legal descriptions for a variety of WWTP and sewer system capital projects. 6. Serve at the discretion/direction of City Engineer on a variety of construction or capital improvement projects including difficult engineering work. 7. Represent the City in meetings with contractors, developers, consultants, utilities and others. 8. Provide engineering support during construction, assist with contract administration functions, negotiate on behalf of the City, and recommend change orders when applicable. The City intends to pursue the State Water Revolving Fund (SWRF) Loan to finance one or more of the future capital projects. Additional optional services will be requested relating to preparation and processing of SWRF applications and documents; preparation of financial analyses and rate studies; environmental analysis and preparation of technical studies for compliance with CEQA (and "CEQA Plus" for SWRF financed projects) related to capital projects to be designed and constructed; and other related services. The selected firm(s) should identify sub -consultants to provide these additional services if they are not services otherwise provided by the firm. It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. The City further reserves the right, when applicable and in the best interests of the City, to require the Civil Engineer to engage sub -consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Civil Engineer of sub -consultants for consideration and reserves the right of approval of any sub -consultant selected by the Civil Engineer on any assigned project. 4. SUBMITTAL REQUIREMENTS: Please note: this SOQ cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firms to be knowledgeable of the general areas identified in the scope of work and will incorporate in the final agreement with the selected firms from this process all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve amendments or change orders to the selected firms agreements which do not involve a substantial change from the general scope of work identified in this SOO. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select multiple firms to provide the on -call services requested by this SOQ. The City shall review the submittals submitted in reply to this SOO, and a limited number of firms may be invited to make a formal presentation and attend an interview at a future date. The format, selection criteria and date of the presentation and interview will be established at the time of short - listing. Preparation of submittals in reply to this SOO, and participation in any future presentation or interview is at the sole expense of the firms responding to this SOO. 6. SUBMITTAL EVALUATION CRITERIA: This solicitation has been developed in the "Statement of Qualifications" (SOQ) format. Accordingly, firms should take note that the City VAII consider multiple criteria in selecting the most qualified firms. Consistent with CA Government Code Section 4525/4526 and Municipal Code 7.04.050 for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost/Rate submittals submitted in separate sealed envelopes are not opened, nor considered during evaluations. Upon selection of the most qualified firms, the associated cost/rates submittals will be used as a basis for contract negotiations to establish fair and reasonable and mutually agreed upon costs. Should successful negotiations not occur with a ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the next highest ranked firm, and so on. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior work is known to all members of the evaluation committee. All firms are evaluated on the information contained in their proposal, information obtained from references (including the city and past performance if applicable), and presentations if requested. All proposals should be prepared as if the evaluation committee members have no knowledge of the firm, their qualifications or past projects. An Evaluation Committee, using the following evaluation criteria for this SOQ, will evaluate all responsive submittals to this SOQ. Firms are requested to submit their submittals so that they correspond to and are identified with the following specific evaluation criteria: Customize the criteria and points for your specific project A. Finn Qualifications, Experience and Background (35 POINTS): B. Understanding On -Call Wastewater Engineering Design Services (35 POINTS): C. References and Experience with Projects of Similar Size and Scope (26 POINTS): D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub -consultants, and submit a valid business license as more fully set forth in Section D.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a non -local business that employs or retains local residents and/or firms for this project. Non - local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 7. SUBMITTAL CONTENTS: Firms are requested to format their submittals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The submittals must be in an 8 % X 11 format, minimum 10pt font size, minimum %11 margins, and may be no more than a total of thirty (30) sheets of paper, which may be double -sided, including cover letters, organization charts, staff resumes, appendices, and any exceptions to the language in the sample agreement, or to the insurance requirements. NOTE: Front and Back Covers, Dividers, Attachments "A", "B", "D" and "E" and Addenda acknowledgments, and the Cost/Rates Submittal "C" (`in a separately sealed envelope) do NOT count toward the limit (everything else does). Interested firms shall submit SIX (6) copies (one marked "Original" plus five (6) copies) of both your Qualifications Submittal and your Cost/Rates Submittal, and one (1) Thumb Drive or CD of the pD ire submittal (including the Cost/Rates Submittal), by the deadline. All submittals shall be sealed within one package and be clearly marked, "SOQ 14-20, REQUESTS FOR STATEMENTS OF QUALIFICATIONS FOR ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES". Within the sealed submittal package, the Cost/Rates Submittal "C" shall be separately sealed from the Qualifications Submittal. Submittals not meeting the above criteria may be found to be non -responsive. EACH SUBMITTAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Qualifications Submittal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment (see Attachment A) • Completed, and notarized, Affidavit of Non -Collusion (see Attachment B) • If applicable, your specific request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Completed No Conflict of Interest and Non -Discrimination Form (Attachment D) • Completed Business Disclosure Form (Attachment E) At a minimum, firms must provide the information identified below. All such information shall be presented in a form that directly corresponds to the numbering scheme identified below. SECTION A: FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. A.2. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.3 Describe your firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with providing on -call Wastewater Engineering Design Services for public agencies. A.4 List the name, qualifications and availability of the key stafffteam members that will be assigned to this project. Provide detailed qualifications of the lead Representative or Project Manager that will be assigned to this project. A.5 Indicate the name of any sub -consultant firms that will be utilized to make up your team. Describe each sub -consultant's background and specific expertise that they bring to this project. SECTION B: UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES B.1 Describe in detail the steps that your firm would follow to provide on -call Wastewater Engineering Design Services, including your work plan process and methodology. B.2 Identify your ability to ensure that projects are designed within your client's budget and the measures taken in successfully completing all phases of a projects. B.3 Identify project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. B.4 Identify a challenging wastewater design project delivered at an active WWTP for which your firm and the staff proposed for this contract provided Wastewater Engineering Design Services, and describe how you applied your firm's skills and abilities in the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative ability; (c) Knowledge and understanding of the latest construction trends; (d) Analytical capability; (e) Oral and written communication skills; (f) Interaction with client's organization, i.e., other divisions and personnel (g) Sensitivity to funding constraints B.5 For the types of WWTP capital projects that were listed in Section 2 "Background", please comment on issues in your past experience that have come up and how your staff worked with your client to either avoid or resolve them. SECTION C: REFERENCES AND EXPERIENCE C.1 Provide a minimum of five (5) references with public agencies where your firm provided on - call Wastewater Engineering Design Services, and where the key personnel identified in Section A provided the professional services required. Provide contact information, including full name and a current phone number, for each reference. C.2 Provide a list of all municipal agencies which your firm has been awarded a contract to provide on -call Wastewater Engineering Design Services, the date services started and ended, term of contract; identify any contract that was terminated for convenience by the public agency. C.3 Provide a list of representative successful projects completed, explain what key issues/challenges you faced and how you solved them. Also, please comment on the project budgeting for each. SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San ,Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, °Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The contractor or consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those itemploys for this proiect) from a iurisdiction in the Coachella Valley with its proposal. D.2 List all team members with local expertise. Clearly define their role in the overall project ENVELOPE #2, clearly marked "Cost/Rates Submittal', shall include a fully completed and signed "CosVRates Submittal' form, Attachment "C", as provided by the City. For all services to be provided, the firm shall provide the following: • List the hourly rate for all classifications of personnel who will be assigned to the City of Palm Springs. • List the hourly rate for all classifications of personnel of sub consultants. • List any reimbursable expenses the City may incur. • List any additional costs, such as drive time, that the City may incur in conjunction with the performance. • Do NOT include Attachments "A", "B", "D, or "E" in the Cost/Rates Submittal, Envelope #2. Attachments "A", "B", "D" and "E" are to be included in Envelope #1, "Qualifications Submittal". • Remember to submit SIX (6) copies (one marked "Original' plus five (5) copies) of your Cost Proposal in the separately sealed envelope. DEADLINE FOR SUBMISSION OF QUALIFICATIONS: Submittals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 7, 2020. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this SOQ to see that any submittal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the submittal due date and time. Late submittals will be returned to the firm unopened. Submittals shall be clearly marked and Identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, Procurement and Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this SOQ other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a submittal. Any questions, technical or otherwise, pertaining to this SOQ must be submitted IN WRITING and directed ONLY to: Craig Gladders, Procurement and Contracting Manager Procurement and Contracting Department 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craici.GladdersO-Palmsaringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the SOQ. The deadline for all questions is 3:00 P.M., Local Time, TUESDAY, MARCH 31, 2020_ Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Department of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment "F"). Please note that agreement Exhibits A, B, C. D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firms, and will appear in the final Professional Services Agreement executed between the parties. Requested changes to the Professional Services Agreement may not be approved, and the selected firms must ensure that the attached document will be executed. Wespecifically draw your attention to the language in the sections of the sample contractual agreement attached entitled "Conflict of Interest" and "Covenants Aeainst Discrimination" and recommend all firms carefully consider these contractual requirements prior to submitting a submittal in response to this SOQ. Firms that submit a submittal in response to this SOQ shall certify the following: a) Conflict of Interes Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. b) Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis'). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to CRy's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked firms refuse or fail to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the next highest ranked firms, and so on. The tern of the agreements that are awarded as a result of this SOQ shall be in effect for three (3) years with two additional one (1) year optional extensions at the mutual consent of the parties. AWARD OF CONTRACT: It is the City's intent to award a contract to the firms that can provide all of the services identified in the SOQ document. However, the City reserves the right to award a contract to multiple firms or to a single firm, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firms to be recommended for award and contracts have been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT SUBMITTALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a submittal and to accept or reject, in whole or in part, any or all submittals and to cancel all or part of this SOQ and seek new submittals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Professional Services sample agreement included in the SOQ. The successful firms will be required to comply with these provisions. It is recommended that firms have their insurance provider review the insurance provisions BEFORE they submit their qualifications. RESPONSIBILITY OF PROPOSER: All firms responding to this SOQ shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an SOQ without an authorized signature, falsified any information in the submittal package, etc.), the submittal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public afterthe City's negotiations are completed, and staff has agendized a recommendation to the City Council for the award of a contract to a specific firm or firms, but before final action is taken by the City Council to award the contracts. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a submittal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret°, "Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the submittal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this SOO process. NOTE THAT THE CITY MAY NOT RECOGNIZE SUBMITTALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH SUBMITTALS MAY BE FOUND NON -RESPONSIVE. COST RELATED TO SUBMITTAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this SOO in the preparation of their submittal or participation in any presentation if requested, or any other aspects of the entire SOO process. COMPLIANCE WITH LAW: Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES, PERMITS, FEES, AND ASSESSMENTS: Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this SOO. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this SOO to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any submittal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. SUBMITTALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. OTHER PUBLIC AGENCY "PIGGYBACK" CLAUSE": It is intended that any other public agency, at the mutual consent of both parties and consistent with the public agency's policies and procedures, be permitted to purchase under the terms submitted in response to this procurement. Any participating agency shall take sole responsibility for the placing of orders, arranging for delivery and or services, and making payments to the vendor, contractor, or consultant. The City of Palm Springs will not be liable or responsible for any obligations, including but not limited to financial responsibility, in connection with the participation by other public agencies. SIGNED SUBMITTAL AND EXCEPTIONS: Submission of a signed submittal will be interpreted to mean that the firm responding to this SOO has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Statement of Qualifications, and any attached sample agreement. Exceptions to any of the language in either the SOO documents or attached sample agreement, including the insurance requirements, must be included in the submittal and clearly defined. Exceptions to the City's SOO document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. ATTACHMENT "A" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* REQUESTS FOR STATEMENTS OF QUALIFICATIONS (SOO) #14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): BUSINESS ADDRESS: TELEPHONE: CELL PHONE FAX CONTACTPERSON EMAIL ADDRESS A. I hereby certify that I have the authority to submit this Submittal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my submittal. PRINTED NAME AND TITLE SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation If a corporation, organized in the state of: 2. My tax identification number is: Please check below IF your firm qualifies as a Local Business as defined in the SOO: A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOQ is required by including the acknowledgment with your submittal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non -responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # islare hereby acknowledged. ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND NOTARIZED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDERAND NOTARIZED AND SUBMITTED WITH BID STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is f the party making the foregoing Submittal. That the Submittal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Submittal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Submittal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Submittal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Submittal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Submittal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Submittal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Submittal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Submittal depository, or any other member or agent thereof to effectuate a collusive or sham Submittal. ATTACHMENT licit COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSTIRATES SUBMITTAL (Envelope 02)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOQ #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, IME the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLA SIFICATIONlTITLE: HOURLY RATE: SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: $ Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract: if awarded*). REIMBURSABLE EXPENSES: Cost/Rate: $ $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This paste MUST be manually sinned. Certified by: Firm Name Signature of Authorized Person Printed Name Title Date ATTACHMENT "D" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL. (Envelope #1)* CITY OF PALM SPRINGS, CA CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant A ainst Discrimination, in connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a °prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non- discrimination in city contracting. NAME OF CONSULTANTNENDOR: NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) (Date) ATTACHMENT "E" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* CITY OF PALM SPRINGS PUBLIC INTEGRITY DISCLOSURE (INSTRUCTIONS FOR APPLICANTS) Who Must File? Applicants that are NOT a natural person or group of natural people that will be identified on the application, and seek a City approval determined by a vote of City officials. Examples include corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval by one of the City's board or commissions. Why Must I File? The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. The City's Public Integrity Ordinance, codified in Chapter 2.60 of the municipal code, reflects the City's interest in ensuring that companies (and other legal entities that are not natural people) doing business in the community are transparent and make disclosure as to their ownership and management, and further that those companies disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or more, who has a material financial relationship with any elected or appointed voting City official, or with the City Manager or City Attorney. Note: A material financial relationship is a relationship between someone who is an owner/investor In the applicant entity and a voting official (or the City Manager or City Attorney), which relationship Includes any of the following. (t) the ownerllnvestor and the official have done business together during the year prior to the application; (2) the official has earned income from the owneffinvestor during the year prior to the filing of the application; (3) the ownerAnvestor has given the official gifts worth fifty dollars ($50) or more during the year prior to the filing of the application; or (4) the official might reasonably be anticipated to gain or lose money or a thing of value, based upon the ownedinvestor's interest in the applicant entity, in relation to the application's outcome.. When Must I File? You must file this form with the Office of the City Clerk at the same time when you file your application for a City approval determined by a vote of City officials, whether elected or appointed. What Must I Disclose? A. The names of all natural persons who are officers, directors, members, managers, trustees, and other fiduciaries serving trusts or other types of organizations (attorneys, accountants, etc.). g g: (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity that is not a natural person serves the applicant entity (e.g., as a member of an applicant LLC), then all officers, directors, members, managers, trustees etc., of the second entity must be disclosed). B. The names of persons owning an interest with a value of two thousand dollars ($2,000) or more who have a material financial relationship with an elected or appointed City official who will vote on the applicant's application, or with the City Manager or City Attorney. PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. *There are some additional supplementary instructions with an example following the form should you need further clarification. PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity 2. Address of Entity (Principle Place of Business) 3. Local or California Address (if different than #2) 4. State where Entity is Registered with Secretary of State If other than Califomia, is the Entity also registered in California? 0 Yes n No 5. Type of Entity ❑ Corporation ❑ Limited Liability Company ❑ Partnership [:]Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note. /f any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity [name) ❑ Officer ❑ Director ElMember ❑ Manager ❑ General Partner ❑ Limited Partner ❑ Other ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE 50%, ABC COMPANY, Inc. (name of owner/investor] [percentage of beneficial interest in entity and name of entity] A. (name of owner/investor] [percentage of beneficial interest in entity and name of entity) B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity) C. [name of owner/investor) [percentage of beneficial interest in entity and name of entity] D. (name of ownerlinvestor) (percentage of beneficial interest in entity and name of entity) E. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of enti I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF r_All IFnRNIA THAT THE FOREGOING IS TRUE AND CORRECT. .Signature of Disclosing Party, Printed Name, Title Date City of Palm Springs, CA. Business Disclosure Supplementary Instructions In an effort to ensure we capture the required business entity information in accordance with the attached instructions, we provide you these supplementary instructions to clearly identify the required information, and the format the information should be provided. If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and it is also comprised of other business entities as its members or having a financial interest, all other such business entities must also be disclosed, including those entities other business entities, if any. Ultimately, the City's disclosure document (attached) requires a listing identifying all natural persons having any financial interest over 5% of the business entities (and any other business entities comprising your business entity). As an example, Applicant is: Acme Brothers, Inc., a California corporation, whose officers are: John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC, is managed by Acme Brothers 2, Inc., a California corporation, whose officers are: George Doe, Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited liability company, which is managed by George Doe, with George Doe and Jane Doe having 50% interest each. The full business entity disclosure in this example would resemble the following: 1. Acme Brothers, Inc., a California corporation a. Officers: John Doe, Jill Doe, and Jay Doe b. Ownership: i. 50% Acme Brothers, LLC, a California limited liability company ii. 25% John Doe iii. 25% Jill Doe 2. Acme Brothers, LLC, a California limited liability company a. Managers: Acme Brothers 2, Inc., a California corporation b. Ownership: 100% Acme Brothers 2, Inc., a California corporation 3. Acme Brothers 2, Inc., a California corporation a. Officers: George Doe, Bill Doe, and Jane Doe b. Ownership: 100% Acme Brothers 2, LLC, a California limited liability company 4. Acme Brothers 2, LLC, a California limited liability company a. Managers: George Doe b. Ownership: i. 50% EXHIBIT "C" CONSULTANT'S PROPOSAL Al low Ij �R — _ �..�-rsr�,;: ► P-1 i� 4 A; �zffj# 'r X-Mumili, pity 0, Palm Springs �nh ON —CALL WASTEWATER ENGINEERING DESIGN SERVICES Proposal I May 2020 -c 1" s I VOW 4c "P:0 v.,0% I-AALfir 72 4mrcaroffo Engirteem..Working Wonders With Water* May 7, 2020 Mr, Craig L. Gladders, CPM Procurement and Contracting Manager City of Palm Springs Procurement and Contracting Office 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 3150 Bristol Street, Suite 500, Costa Mesa, California 92626 P.714.593.5100 F. 714.593.5101 Subject: Qualifications for On -Cali Wastewater Engineering Design Services (SOQ# 14-20) Dear Mr. Gladders and Selection Committee Members: The City is requesting a Statement of Qualifications (50Q) for design of large and complex wastewater projects that not just any engineering firm is capable of providing. You should expect more than a cover letter that starts, "Thank you for the opportunity to submit our...," and then doesn't provide any compelling reason for you to select them. For this solicitation, you should expect more, because this is not an ordinary Request for SOQs. The projects that the City needs to deliver at the WWTP over the next 5 years are special. They are special because they are large capital projects that represent a major investment of City funds, totaling more than $60 million. They are special because they will address critical needs of the WWTP and the City, including solids processing, beneficial digester gas utilization, odor reduction, and sewer system improvements. And they are special because they are complex, challenging design projects that require skills that greatly exceed commodity -level engineering services. To deliver the City's projects successfully, you will need a firm with the highest level of expertise and experience, and one that has the availability to staff large projects. Carollo Engineers is the largest engineering firm in the United States dedicated solely to the planning, design, and construction of water and wastewater projects. During our 87-year history, Carollo has successfully completed more than 25,000 projects for public sector clients, and we have executed more than 3,000 water and wastewater on -call contracts in the last 3 years. We have the right expertise, experience, and ample capacity for the City's projects. Our expertise relative to the City's planned projects is demonstrated in the Understanding section of our SOQ. There, we discuss our approach to anaerobic digestion, food waste, digester gas utilization, solids dewatering, sidestream centrate treatment, and more. We have included on our team the company's technical experts for these process areas, because they have the experience and know-how to address the complex design challenges for the planned facilities. WATER OUR FOCUS OUR BUSINESS OUR PASSION Mr. Craig L. Gladders, CPM Procurement and Contracting Manager City of Palm Springs May 7, 2020 Page 2 Carollo also has the right experience at the City's WWTP. We have completed multiple design projects at the WWTP, including the largest of your Priority 1 Capital Plan projects, the WWTP Upgrade Project, which included a new headworks, new primary clarifiers, and a new odor control facility. This project won the 2019 Project of the Year award from the American Public Works Association. For this SOQ, we propose the same core team that successfully delivered that award -winning project. Our institutional knowledge of the WWTP facilities and relationships witF. ^'ant staff will be indispensable in the design of your on -call projects. An equally important qualifying factor is knowing how to work with the City. We know how to do this from our experience with your past projects. For example, we understand the importance of project cost control and project management procedures that keep the City informed about project issues and status. We are flexible in providing the City with support to help you meet your goals. In the Understanding section of our SOQ, we demonstrate our understanding by focusing on strategies to facilitate your administration of the on -call projects. We think you will be pleased with our approach. To conclude, we would like to provide a quick note regarding COVID-19. The City's WWTP is an essential facility, and by extension, we view our services as essential too. While taking recommended safety precautions during the pandemic, we are providing full support to our clients' projects. We look forward to supporting yours. Sincerely, CAROLLO ENGINEERS, Inc. Douglas Lanning, P.Er!S Principal -in -Charge Project Manager 1 Kathleen Marks, P.E. Design Manager "rollo.com SECTION A • Firm Qualifications • Project Team • Experience • Background Carollo Engineers is the largest engineering firm in the United States dedicated solely to the planning, design, and construction of water and wastewater projects. LEGAL NAME FIRM BACKGROUND Carollo Engineers is an environmental engineering firm specializing In the planning, Carollo Engineers, Inc. design, and construction of water and wastewater facilities. Carollo's reputation is Incorporated in the state of based upon exceptional client service and a continual commitment to quality. We Delaware. currently maintain 46 offices throughout the U.S. PRINCIPAL OFFICER Doug Lanning, PE Senior Vice President Direct: (714) 593-5124 Cell: (714) 913-7705 E: dianning@carollo.com Carollo Engineers, Inc. 3150 Bristol Street, Suite 500 Costa Mesa, CA 92626 Ph: (714) 593-5100 Fax: (714) 593-5101 During our 87-year history, Carollo has successfully completed more than 25,000 projects for public sector clients. Carollo is currently ranked within Engineering News Record's (ENR) top 500 design firms. More importantly, ENR's annual Source Book ranks Carollo among the top 10 firms for water and sewer/wastewater. Unlike the majority of our competitors, Carollo only provides water and wastewater engineering services. We recruit nationwide and hire technical staff with extensive background and training specific to this field. For that reason, the quality and professional standing of our core group of water and wastewater professionals equals or exceeds that provided by some of the largest engineering firms in the country RESOURCES Carollo's staff numbers more than 1,100 employees including more than 500 registered engineers. We are a full -service company with the experience and qualified professionals to successfully manage projects of any size. Our staff includes civil, sanitary, environmental, electrical, mechanical, chemical, structural, control system, and corrosion control engineers, as well as architects, planners, and specialists in other areas. Subconsultants are retained as needed in specialized fields depending on the specific needs of the project. City of Palm Springs I On -Call Wastewater Engineering Design Services 3 SECTION A i F RM QUALIFICATIONS, PROJECT TEAM, EXPER ENCE AND BACKGROUND CAPABILITIES WASTEWATER DESIGN SERVICES Carollo is a nationally recognized leader in the field of wastewater treatment project development, planning, and design. Over the past 87 years we have managed the development, planning, design, and construction of more than 300 wastewater treatment facilities in the United States alone. Our proposed staff has prepared preliminary and detailed designs for more than 50 wastewater treatment plants in Southern California ranging in capacity from small plants of 0.5-mgd to large ones of up to 300-mgd. This experience includes the design of the following treatment components: Headworks facilities including influent screening, grit removal, and pumping. Primary clarification. Secondary treatment utilizing both fixed film and suspended growth treatment processes. Biological nitrogen and phosphorus removal. Disinfection using chlorine gas, sodium hypochlorite, and ultraviolet light (low and medium pressure). • Dechlorination. Biosolids pumping, thickening, digestion, dewatering, and reuse. Digester gas reuse (Cogeneration). Odor control facilities. • •t J + t• • ' t � • Our design experience incorporates nearly every type of wastewater treatment process, ranging from headworks with fine screens to coarse screens, conventional activated sludge to biological nutrient removal processes, cloth filters to membranes, and UV to ozone. Our solids process experience ranges from dissolved air flotation thickeners to rotary drum thickeners, egg -shaped digesters to phased digestion, and screw presses to centrifuges, On -Call Service Professionals On -call service contracts require a commitment to responsiveness, and high -value service to efficiently solve project challenges. As your on -call consultant, Carollo will serve as an extension of your staff and provide the required technical support from project conception to completion. Our number one goal is to provide the District with the best resources and personnel to perform the requested services in a high quality, efficient, and timely manner. Carollo offers the requisite experience and qualifications to deliver on the full range of engineering and planning services listed in the RFP• Carollo currently provides as -needed professional engineering and related services to agencies throughout California. s 4 .• ••• r'• • O• • •• • • • ni• r � •A • CaOo's wastewater treatment experience spans the U S_ ;;rty of Palm Springs i On Cali Wastewater Engineering Design Services 4 SECTION A. FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND TEAM ORGANIZATION Our fundamental approach for staffing your on -call general engineering projects will be to assemble the best -qualified team to match the project -specific requirements of each assignment. Our core team will be supported by staff identified on the organization chart, as well as a local bench For on -call contracts, the scope of services changes over time. Carollo has a local staff of 100 engineers, providing a significant level of depth to meet your needs. Principal Doug Lanning will be responsible for making those resources available, as he has done for the City on past projects. of more than 100 engineers and company- 4 wide support of 500 engineers. °+e�,,.M�• r r •r DESIGN PROJECT Steve Hough, PE Kathy Marks, PE Doug Lanni% PE 1 -- - -- - AREA LEADS — FLARING SYSTEM OIGESTERS PUMP STATIONSr' r ROADS Tom Mossinger, PE Rashi Gupta, PE Juan loere, PE James Doering PE, SE Khalil Kairouz, PE Harris 6 Associates SLUDGE DRYING BEDS SOLIDS DEWATERING CENTRATE TREATMENT FOOD WASTE Harris 6 Associates DIGESTER Becky Luna, PE Tom Mossinger, PE Rwhi Gupta, PE Becky Lund, PE Rashi Gupta, PE 111. 1 •1 Webster Environtne+tat Associates Khald Kairouz, PE FACILITY DEMOLITION SEWERiCOLLECTIONSYSTEM Kathy Marks, PE _--- - -- - -- - - - SUPPORT SERVICES -.. COST ESTIMATING CONSTRUCTABILITY CIVIL Jason Rozgony, PE Mark Ludlow, PE Harris 6 Associates STRUCTURAL Chuck Rossoni, PE ELECTRICAL/i&C James Doering, PE, SE MECHANICAL Troy Hedlund, PE Raj Gedhada, PE, SE Khalil Kairouz, PE Kevin Slattery SWRF LOAN FINANCING Rami Ghandour, PE ENVIRONMENTAL PERMITTING Engineering Solutions Services FINANCIAL ANALYSIS SY & RATE STUDY SURVEYING & POTHOLING Jennifer Ivey , PE CONSTRUCTION ASSISTANCE The Prizm Group Mark Ludlow, PE GEOTECHNICAL Chuck Rossoni, PE Converse Consultants Harris 6 Associates ARCHITECTURAL Interactive Design Corporation" SCADA/PROGRAMMING Amir Najafi Elise Moore AQMD PERMITTING OHK Engineers REGULATORY IMPACTS Sarah Deslauders, PE City nI Palm Springs I On -Call Wastewater Engmeermg Design Services 5 ' Coca! Palm Springs Fimi SECTION A I FIRM OUALIFICATIONS PROJECT TEAM EXPERIENCE AND BACKGROUND SUBCONSULTANTS To complement our team and provide all required expertise for your projects, we have included the following subconsultants: HARRIS & ASSOCIATES I Harris & Associates CIVIL ENGINEERING AND SEWER SYSTEM For 45 years, Harris has helped improve communities and create better places to live through smart, safe, sustainable planning, and project delivery solutions. For the past decade, Harris has partnered with the City of Palm Springs on numerous infrastructure renewal projects that have advanced community safety; inventoried and preserved City's assets; addressed differed facilities maintenance and improved transportation systems. Their approach in working with their partners is rooted in transparency and accountability. The high profile nature of their projects demands excellent communication, transparent reporting, and responsiveness. The foundation of their leadership approach pivots on achieving team alignment and collaboration, institutionalizing accountability, and creating a transparent reporting structure. q%�WEBSTER ENVIRONMENTAL ODOR CONTROL Webster Environmental (WEA) is a full -service consulting environmental engineering firm that specializes in odor control. Incorporated in 1981, WEA has been conducting air sampling and testing, data analysis, and odor control system designs for all types of industrial and municipal clients for over 35 years. WEA has become a world leader in odor control engineering and has completed over 600 odor control projects by providing personalized service, a unique understanding of the issues and creative solutions. WEA has completed hundreds of odor control projects at municipal wastewater treatment plants and has developed numerous innovative solutions that have resolved the issues at the lowest possible capital and operating cost. WEA has the experience and equipment needed to conduct odor studies, odor control master planning, and odor control system designs. WEA conducts on -site sampling which includes the collection of air samples, testing of odors, hydrogen sulfide, ammonia and other compounds, conducts air dispersion modeling and evaluates the performance of existing odor control systems. WEA has completed odor and corrosion studies and designs in all climates and all sizes of facilities throughout the world. Er IINTERACTIVE INTERACTIVE DESIGN ■80 CORPORATION CORPORATION 01111UOIEc1uf -ftMM-9fil KIIIAR ARCHITECTURAL Interactive Design is currently a firm of four people —two licensed architects and two designers, all local to Coachella Valley. IDC has been in business for 39 years. They have prospered through good times and bad by responding to their client's needs and working collaboratively with all parties involved — the client, other consultants, contractors, review agencies, and lenders. Their individual resources are greatly enhanced by the relationships they have established with their design team consultants; each relationship has matured and developed on large and small projects. Mutual respect has been earned. gineering ENGINEERING SOLUTIONS Vuvices tons SERVICES SWRF LOAN FINANCING Engineering Solutions Services (ESS) was founded by Sudi Shoja, PE, a former City Engineer who has more than 29 years of experience in managing CIP and Water and Sewer programs of over $100 million. She founded ESS in 2012 with the goal of assisting local entities in achieving their goals in funding and compliance, program management, quality assurance/quality control, and project delivery. She leverages her successful experience with transforming the agencies where she worked from losing funding to securing the maximum grant funding possible, meeting the various funding agency requirements, and serving as examples for successful audit processes. City of Palm Springs I On -Call Wastewater Engineering Design Services 6 SECTION A FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND ESA r-� ASSOCIATES f ENVIRONMENg�SCIENCE lAR. 1949" a19 ENVIRONMENTAL PERMITTING Environmental consulting firm offers services in planning and environmental analysis for a wide range of public and private clients. ESA has a growing professional staff of more than 250 employees. Since its founding in 1969, ESA has successfully prepared more than 8,000 environmental reports and studies for its clients. ESNs reputation has been built on the preparation of legally defensible environmental documents in compliance with the California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA). ESA's success is based on a thorough understanding of federal, state, and local laws, regulations, and policies that govern environmental assessment and land use planning. ESA's Water Group focuses exclusively on CEQA and NEPA compliance and permit acquisition for water and wastewater infrastructure projects. It has depth and diversity of staff, including water resources specialists, hydrogeologists, air quality specialists, engineers, biologists, ecologists, archaeologists, urban and regional planners, geographers and GIS analysts, hazardous materials technicians, chemists, and economists. OHK104, PER ENGINEERS PERMITTING DHK offers comprehensive chemical, civil, environmental, and mechanical engineering services combined with a thorough knowledge of the regulatory, energy, economic, community relations, and environmental components of a project. They routinely bridge numerous gaps between individual engineering, environmental, and planning disciplines, and assist project teams to maintain clear site of the overall project objectives in addition to performing detailed and complex work related to feasibility, design, design/build, process upgrade, system commissioning, regulatory compliance, and/or computer modeling. o" Q I - GbW THE PRIZM GROUP j oRoup SURVEYOR TPG is owned and operated by Vincent Kleppe, who has been a Licensed Land Surveyor and a Registered Civil Engineer for over 23 years. The dual licensure of the owner has allowed TPG to provide services in both disciplines which, based on our experience with design drawing preparation, has resulted in a thorough understanding of the need for complete and accurate field surveys. Whether it is collecting enough topographic data for the project design or providing enough information on construction drawings on a complicated site, TPG's staff has a well- rounded view of both perspectives. We want to give the client what they need to get the job done right. Our full complement of survey equipment includes robotic total stations, rtk gps equipment, and Leica hds 3d laser scanners. This arsenal of equipment allows us to be flexible in our approach and to take the right equipment to the job and execute the required tasks in a safe and reliable manner. CONVERSE ® Converse Consultants CONSULTANTS GEOTECHNICAL In 1946, Professor Frederick J. Converse established Converse Consultants (Converse) in Pasadena, California to provide the construction industry with geotechnical engineering and geological services. Converse is an employee -owned corporation, with 9 offices and more than 150 employees throughout the United States - California (Monrovia, Redlands, Costa Mesa, Palm Desert and Palmdale), Nevada (Las Vegas, Reno, and Elko), and Pennsylvania. Their professional and technical staff includes in-house geotechnical engineers, engineering geologists, environmental scientists, deputy inspectors, laboratory and field technicians, drafting/CAD specialists, and other specialized support personnel. Their laboratories are certified by the Division of the State Architect (DSA), California Department of Transportation (Caltrans), US Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), and the Cement and Concrete Reference Laboratory (CCRL). A registered civil engineer supervises each lab to ensure all of our equipment is calibrated regularly, and quality control is available 24/7. Whatever the challenge, Converse can meet all your geotechnical and materials testing needs. City of Palm Spnngs I On -Call wastewater Engineering Design Services 7 SECTION A I FIRM QUA. IFICAT ONS. PROJECT TEAM, EXPERIENCE AND BACKGROUND KEY TEAM MEMBER SUMMARY QUALIFICATIONS Doug Lanning, P.E. Principal -in -Charge Project Manager Carollo Engineers MS Civil and Environmental Engineering BS Civil Engineering 32 Years of Experience Availability: 50% RELEVANT EXPERIENCE Project manager for design of the Headworks and Primary Clarifier Upgrade project for City of Palm Springs that received APWA's 2019 Project of the Year Award. This project included a new 22-mgd headworks with influent metering and sampling, screening, screenings washing and dewatering, septage receiving, and influent pumping. All facilities and equipment were enclosed and ventilated to a new two - stage biological odor scrubber. The project also included two new circular primary clarifiers, primary sludge and scum pumping, sludge degritting facilities, and an electrical building. The design team worked with the City/Veolia to scope the project and design it to match their budget. For the City of Palm Springs and Veolia, Project Manager for design and construction services for the Wastewater Treatment Plant Electrical Infrastructure Upgrade Project and Project Manager for engineering services during construction for the Digester No. 1 Rehabilitation Project and the Gravity Thickener Feed Modifications Project. Project manager for preliminary and final design of a $125 million comprehensive wastewater treatment plant expansion for the Eastern Municipal Water District, California, San Jacinto Valley Regional Water Reclamation Facility. The project increased headworks, primary, secondary, tertiary, and solids handling capacity to 14-mgd, with master planning to 30-mgd. Facilities included aeration basins for biological nitrogen removal; sludge pumping; scum handling; rotary drum WAS thickening; anaerobic digestion; cogeneration; odor control soil filters; and a new operation and maintenance building. Project manager for design and construction management of the Sludge Dewatering project for the Carson City, Nevada, Wastewater Reclamation Plant. This project included a new anaerobic digester for solids storage, a new centrifuge dewatering building, and dewatered cake conveyance and storage facilities. The dewatering building included two high solids centrifuges, sludge grinding and pumping equipment, polymer storage and feed system, cake storage and conveyance system, and odor scrubbing equipment. Principal -in -charge for Integrated Master Plan for the City of Riverside, California. This project identified expansion and replacement needs for the City's wastewater collection system and expansion of the Regional Water Quality Control Plant from 40 mgd to 52 mgd. Solids processes included anaerobic digestion and centrifuge dewatering. The project culminated in development of a financial plan including user rates and fees and a $700 million capital improvement plan. Project manager for the Moreno Valley Regional Water Reclamation Facility 18-mgd Expansion for the Eastern Municipal Water District, California. The project included a multi -cell acid phase anaerobic digester; one 70 foot diameter anaerobic digester; a digester gas system with a low-pressure digester gas holder and gas boosters; digester gas pretreatment system; digester gas fired boiler; cogeneration facility; digester pump mixing system; digester heating system; and additions to an existing foul air scrubbing system. City of Palm Sprigs; On -Call Wastewater Engineering Design Services SECTION A I FIRM OUALIRCATIONS, PROJECT TEAM, EXPERIENCE AND 8ACKGRCUND Kathy Marks, P.E. Design Manager Facility Demolition Carollo Engineers MS Civil Engineering BS Civil Engineering 38 Years of Experience Availability: 50% Steve Hough, P.E. Quality Control Manager Carollo Engineers MS Environmental Engineering 85Civil Engineering 47 Years of Experience Availability: 50% RELEVANT EXPERIENCE • Design manager for upgrade of the City of Palm Springs, California, Wastewater Treatment Plant. The project involved much -needed upgrades to the liquid treatment systems necessary to maintain the plant's treatment capacity and reduce odors, including included a new headworks with influent metering and sampling, screening, screenings washing and dewatering, septage receiving, and influent pumping with new two -stage biological odor scrubber and two new circular primary clarifiers, primary sludge and scum pumping, sludge degritting facilities, and electrical building. • Civil engineer for the San Francisco Public Utilities Commission (SFPUC) Southeast Water Pollution Control Plant SEP Headwork Project. This $200 million project included the design of a new headworks facility to replace the existing aged headworks. The plant is a large treatment plant with 81-mgd ADWF capacity and 250-mgd wet weather flow capacity on small footprint site constrained by surrounding residential, commercial, and industrial neighbors in an urban environment. Planning and design focused on minimizing the impact on existing operations. * Principal in charge for expansion of the City of Roseville, California, Pleasant Grove Wastewater Treatment Plant. Due to increase in plant loadings, the expansion included primary clarification, an additional oxidation ditch, an additional secondary clarifier, expansion of the RAS/WAS pump station, and additional filtration capacity of UV disinfection. In addition, the solids handling was designed for anaerobic digestion and sludge thickening, including the use of a gravity belt thickener and one additional centrifuge. Infrastructure for future fuel cells and acid phase digestion was incorporated into the design. • Principal in charge for Dublin San Ramon Services District Recycled Water Treatment Facility Effluent Quality Improvements, which consisted of adding a 3-millimeter fine screen to remove neutrally buoyant plastics from the recycled water treatment facility in Pleasanton, California. RELEVANT EXPERIENCE Steve has extensive experience with large, complex water and wastewater projects, which enables him to develop QA/QC plans that extend from early decision -making to construction sequencing and project constructability. • Quality Control Manager for the Orange County Sanitation District's Digester Gas Facilities Project. This project involves replacing all digester gas compressor facilities at both Plant No 1 and Plant No. 2 with a total installed compressor capacity of 5250 scfm at each plant. • Project Manager for the 2017 Facilities Master Plan, Orange County Sanitation District (OCSD), California. This project developed a 20-year Capital Improvement Plan for OCSD's two treatment plants and collection system sewers and pump stations, with a total capital expenditure estimated at approximately $56. Steve has been involved in master planning for OCSD since 1987 when he served as Assistant Project Manager for the 1989 Master Plan for all treatment facilities. The 1989 Master Plan developed a capital improvement plan for 30-years with a cost of between $2.4 and $2.6 billion dollars, depending on level of treatment. • Principle -in -charge and Technical advisor for the South District Plant High Level Disinfection Project for Maimi-Dade County Florida. • Project Manager for Wastewater Treatment Master Plans for Clark County, Nevada; Sacrament Regional County Sanitation District, California; Napa Sanitation District, California; Provo City, Utah: and Tallahassee, Florida. • Project Manager/director for design of wastewater treatment facilities and water reclamation facilities for Orange County Sanitation District, CA; Sacramento Regional County Sanitation District, CA; City of San Jose, CA; Napa Sanitation District, CA; Provo City, UT; and Orange County Sanitation District, CA. City of Patm Springs I ;fir+ -Call Mstewater Engineering Design Services 9 SECTION A FIRM QUALfICATFONS PRQJECTTEAM EXPERIENCE AND BACKGROUND Tom Mossinger, P.E. Flaring System Olgester Gas/RNG Carollo Engineers BS Mechanical Engineering 35 Years of Experience Availability: 40% Juan Loera, P.E. Flaring System Carollo Engineers BS Mechanical Engineering 23 Years of Experience Availability: 30% RELEVANT EXPERIENCE • Project engineer for design of a replacement ultra low NOx flaring system for the City of Fresno Wastewater Treatment Plant. Produced construction documents for installation of a ultra low NOx digester gas flare and all associated equipment, piping, and controls. • Project mechanical engineer for the $30 million upgrade of the Union Sanitary District's Alvarado Wastewater Treatment Plant, Union City, California. This project increased the plant's average dry weather flow capacity to 30 mgd and its peak wet weather flow capacity to 85 mgd. The project included a 7.0-MBTU/hour dual -gas -fired hot water boiler, four sludge spiral heat exchangers, and extensive modifications to the plant's hot water heat and digester gas systems including new flares and controls.. Technical advisor for the City of Turlock, California, Recycled Water Project, which included design of an acid phase digester, methane phase digester, and associated digester gas, heating, recirculation, and pumping systems for operation of the digestion facility. Project included the installation of new acid gas flaring system. • Project mechanical engineer for design of new digester gas collection, use and flaring systems for the Eastern Municipal Utilities District Perris Valley Water Reclamation Facility. This major wastewater treatment facility expansion project included the design of a new low emission boiler, flare and fuel cell cogeneration system using plant digester gas. • Project manager for the development of a digester gas treatment system for the Truckee Meadows Water Reclamation Facility, Reno, Nevada. The project developed and implemented a project to meet the environmental restrictions recently placed on the facility which limited total sulfur emissions from the facility to the point where all digester gas utilized, including flared gas, essentially have all H2S removed. The project implemented an innovative treatment system consisting of a biological H2S removal system followed by a traditional H2S, moisture and siloxane removal system to treat 900 scfm generated at the facility. The project included a new flare to flare unused digester gas. RELEVANT EXPERIENCE • Principal mechanical engineer with Carollo with more than 20 years of experience designing mechanical systems for municipal wastewater treatment facilities. He has worked on a number of different wastewater projects in various aspects of analysis, design, and construction of digester gas system projects. He has evaluated, analyzed, and developed approaches for combining existing digester gas systems with new plant expansions; combined multiple blower facilities to operate as a common system; and designed new digester gas piping systems to replace old poorly performing corroded piping systems. • -Mechanical design engineer for upgrade of the City of Palm Springs, California, Wastewater Treatment Plant. Juan was responsible for the design of the influent pump station and supporting mechanical systems. • -Design manager for the digester gas facilities rehabilitation project for the Orange County Sanitation District, California, Plant 1 and Plant 2. The project increased the digester gas handling facilities capacity to 3,500 scfm at Plant 1 and Plant 2. The project provided new low-pressure digester gas flares at each plant, rehabilitated existing digester gas compressor building with new gas compressors system at Plant 1, and a new digester gas compressor building and new gas compressors at Plant 2. The project also included digester gas drying systems upstream and downstream of the compressors, new control room at Plant I and new electrical rooms and control room at Plant 2. City of Palm Springs I On -Call Wastewater Engineering Design Services 10 SECTION A I FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND Rash! Gupta, P.E. Digesters Solids Dewatering Food Waste Carollo Engineers MS Environmental and Water Resources Engineering BS Civil and Environmental Engineering 17 Years of Experience Availability: 30% James Doering, P.E. Digesters Structural Carollo Engineers MS Civil Engineering BS Civil Engineering 26 Years of Experience Availability: 25% RELEVANT EXPERIENCE • Project engineer for the Palm Springs Wastewater Treatment Plant Upgrade Project. Rashi was responsible for the solids treatment systems including primary sludge degritting, digester rehabilitation, and the evaluation of a new dewatering facility. The preliminary design included an evaluation of sludge dewatering technologies including belt filter presses, screw presses, and centrifuges, • Project engineer during the construction phase of the Digester No.1 Rehabilitation Project for the City of Palm Springs WWTP. Her responsibilities included engineering services during construction and startup of the digester heating system. • Project engineer for the Improvements to Anaerobic Digesters Nos. 1-3 at the City of South San Francisco's Water Quality Control Plant. Rashi designed the replacement of two existing digesters with one new high solids digester and rehabilitation of a third existing digester's cover and mixing system. • Project engineer for the City of Lubbock, Texas Southeast Water Reclamation Plant Solids Handling Improvements Project. Her work included design of new thickeners, dewatering centrifuges, polymer feed systems, and a drive -through truck -loading bay. • Project manager for the Co -Digestion Capacity Analysis for the California State Water Resources Control Board. This project includes a statewide analysis of food waste quantities, anaerobic digestion capacity needs/availability, impacts on greenhouse gas production, and measures that can be taken to successfully implement co -digestion of food waste across California. • Project manager for the Solids Management Study for the City of Los Angeles' Terminal Island Water Reclamation Facility. The study includes an assessment of existing solids processing capacity and capacity available for co -digestion of food waste. Biosolids management and digester gas utilization options were studied to determine feasibility of the various options for the plant. RELEVANT EXPERIENCE Structural engineer for the Veolia Water West Operating Services/City of Palm Springs, California, Wastewater Treatment Plant Upgrade. The project included a new 22-mgd capacity headworks with Parshall flume and influent pump station, two new 100-ft diameter primary clarifiers with FRP launders, a primary sludge pump station, an elevated sludge degritting facility, odor control, replacement of the existing Digester No. 2 floating steel dome with a new fixed steel dome, and an electrical building Structural engineer for the seismic evaluation of Plant 1 & 2 facilities for Orange County Sanitation District in Orange County, CA. The scope of work included evaluating more than 60 structures following ASCE 41 and ACI 350 procedures. Structures included single and multistory process and admin/service buildings, as well as, digesters, basins, surge towers, and gas holders. Both ground shaking and the response to ground deformations due to liquefaction were evaluated to identify vulnerabilities. Conceptual structural and geotechnical mitigation strategies were then developed and prioritized to assist the District with implementation into their Master Plan. • Structural engineer for El Estero Wastewater Treatment Plant Digester Nos. 1 and 2 Rehabilitation for the City of Santa Barbara, CA. The project included identification of cracks at the interior of the digesters requiring repairs/sealing and preparation of associated details and repair procedures. The interior concrete was also repaired and coated with a polyurethane spray on liner. • Structural engineer for the Perris Valley Regional Water Reclamation Facility Plant 3 Expansion for the Eastern Municipal Water District, CA. The project included de -sign of primary and secondary clarifiers, aeration basins, digesters, electrical buildings, a cogeneration facility, a sludge thickening building, and support structures. The project also included the design of elevated multi -level pipe racks throughout the plant, and manway bridges at digesters. City of Palm Spnngs I On Call Wastewater Engineenng Design Services 11 SECTION A I FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND Khalil Kairou=, Ph.D., P.E. Pump Stations Odor Control Mechanical Carollo Engineers PHD Engineering and Industrial Applied Mathematics MS Mechanical Engineering BS Mechanical Engineering 32 Years of Experience Availability: 30% Ehab Gerges, P.E. Sewer/Collection System Harris & Associates BS Civil Engineering 25 Years of Experience Availability: 35% RELEVANT EXPERIENCE • Odor control engineer for the Wastewater Treatment Plant Upgrade for the Veolia Water West Operating Services/City of Palm Springs, California. The project included design of two bioscrubber odor control units with two stage media treatment utilizing a once -through irrigation system. The total foul air treatment capacity is 6,000 cfm. • Lead design engineer for the Wastewater Treatment Plant No. 3 Expansion project forthe City of Bakersfield, California. Responsibilities included design of two 70-foot diameter digesters with associated sludge heating system, a 32-mgd influent wastewater pump station consisting of three vertical dry pit submersible pumps with variable frequency drives, a 12-mgd filter effluent pump station consisting of three vertical turbine pumps, a 10-mgd digester sludge mixing pump station consisting of three horizontal axial flow pumps, and a 1.5-mgd pump station consisting of three progressive cavity pumps. • Project engineer for the Odor Control Improvements project for the Biosolids Dewatering Building at the Laguna Wastewater Treatment Plant for the City of Santa Rosa, California. The building houses four belt filter presses used for dewatering of lagoon and digested sludge. Ventilation/odor control improvements in the belt press area included an increase in the ventilation rate, and change of the existing down draft system to an updraft system. A point source ventilation system was also added to remove odorous gases. • Odor control engineering for the City of San Francisco Public Utilities Commission Project. Designed a new headworks facility to replace the existing aged headworks at the South East Water Pollution Control Plant. The estimated project cost was over $200 million. RELEVANT EXPERIENCE • City of Palm Springs, T13257 Sewer Replacement. Project Director. This project included the design of 3,200 feet of new eight -inch VCP sewer main, laterals, and 72 building sewer connections. The project abandoned septic disposal systems that contributed to groundwater contamination. • City of Cathedral City, Dream Homes Sanitary Sewer Improvements Study. Project Manager. This $9 million project included the construction of five miles of sewer mains, replacement of existing water mains, and reconstruction of all existing roadway pavement. Harris prepared a sewer study that modeled future sewage flows generated by assessment district, evaluated existing capacity of the sewer system downstream from the connection location, reviewed the City of Palm Springs' sewer master plan, analyzed future development upstream of a development, and modeled downstream sewer system from the connection point to the wastewater treatment plant. Harris developed and implemented public outreach campaign during design. The project involved extensive coordination with Palm Springs and the Desert Water Agency for final acceptance of the study and sewer flows. • City of Coronado, Citywide Sewer Replacement Program. Program Manager. For nearly a decade, Harris has been assisting the City with evaluating and replacing the sewer system as part of the City's Capital Improvement Program. Assessment of the sewer system includes inspection of CCTV of existing sewer mains, reviewing capacity challenges Identified in the City's Sewer Master Plan, and preparing PS&Es for projects identified in this assessment process. City of Palm Spnngs I On -Gail Wastewater Engineering Design Services 12 SECTION A FIRM OUALIFICATIONS. PROJECT TEAM, EXPERIENCE AND BACKGROUND Becky Luna, P.E. Centrote Treatment Digester Gas/RNG Carollo Engineers MS Environmental Engineering BS Civil Engineering 18 Years of Experience Availability: 50% Bruce Koetter, P.E. Odor Control Webster Environmental BS Construction Engineering 27 Years of Experience Availability: 25% RELEVANT EXPERIENCE Technical advisor/Project Manager for the City of Fort Collins, Colorado, 5-Year On Call Services Contract. Technical Advisor for the Drake Water Reclamation Facility (DWRF) Cogeneration System Project. The cogeneration system will use gas from the DRWF digesters to produce electricity for electrical equipment at the plant. The system includes four 220 kW generators, electrical/controls equipment, pump stations, and heat transfer equipment to capture generator heat, and a conditioning system to treat 220 scfm of digester gas to a quality level suitable for fueling the generators. Project Manager for the DWRF Dewatering and Strain Press Project. This project included the installation of two 26-inch bowl diameter centrifuges to dewater digested sludge and two screen presses to clean primary sludge prior to anaerobic digestion. Project manager for the City of Longmont, Colorado, Digester Gas Utilization Project and design lead for the Biogas Treatment and Vehicle Fueling Station Project. The Digester Gas Utilization Project included a review of the feasibility of alternatives for beneficial use of digester gas, including combined heat and power, compressed natural gas (CNG) for a fueling station, pipeline injection, digester gas supply to local industries, and biosolids drying. The Biogas Treatment and Vehicle Fueling Station Project was a progressive design -build project that included design and construction of a gas conditioning system and RNG pipeline to supply cleaned digester gas to a new CNG fueling station that services the City of Longmont's Sanitation Fleet. Project manager for the City of Fort Collins, Colorado, Food Waste Evaluation Project. Assisted the City in determining the feasibility of food waste and fats, oils, and grease processing at the Drake Water Reclamation Facility. Developed conceptual design of facility to process solid food waste into a slurry to be fed to the existing digestion process. Estimated additional digester gas production and impact on the secondary treatment process from receiving food waste. RELEVANT EXPERIENCE Project Manager for the design of a 12,000 cfm biofilter to treat air collected from primary clarifiers and solids handling sources. An odor evaluation was conducted prior to the design to identify the odorous compounds that were in the air and in what concentrations. Testing showed that mercaptans were being converted to dimethyl sulfide and dimethyl disulfide in the existing carbon adsorber and these residual odors were resulting in off -site detection and irritation. WEA predicted this as we have seen it on many occasions. QA/QC for design of odor control improvements at the Saline WWTP. An odor evaluation was conducted to identify and prioritize odor sources and then our team was selected to complete the design of the odor control improvements. The design included 9,000 cfm carbon adsorber to treat air collected from RBCs and a 9,300 cfm bloscrubber to treat air collected from headworks, primary clarifiers and solids processing facilities. Project construction was completed in 2019 and system is currently operational. Project Manager for design of 11,000 cfm odor control system for the gravity thickener facilities and a 27,000 cfm odor control system for the preliminary treatment facilities. The 11,000 cfm system is in operation and the 27,000 cfm system design was completed in 2015 but construction is on hold while property is being acquired. Project Manager for design of odor control improvements at the Tupelo Bayou WWTP in Conway, AR. Improvements include 14,000 cfm bloscrubber to treat air collected from headworks and primary clarifiers and 17,700 cfm carbon adsorber for the gravity belt thickener building. The project is completed and all systems are operational. The design project was preceded by an Odor Control Evaluation that identified and prioritized odor sources at the site. No odor complaints have been received since project completion. G!y 01 P,abr+"s I On-Cao Wastewater Engineering Design Sernees 13 SECTION A : FIRM OUALIFICATIONS PROJECT TEAM. EXPER!ENCE AND BACKGROUND Troy Hedlund, P.E. Electrical/I&C Carollo Engineers MBA Business Administration BS Electrical Engineering 18 Years of Experience Availability: 25% RELEVANT EXPERIENCE • Electrical design engineer for an 8.5-MW cogeneration project for the South Treatment Plant for King County, Washington. Included in the design were two 3.5-MW gas turbine generators; one 1.5-MW steam turbine generator; a new 13-kV switchgear; a 480-V, 350-kW standby engine generator; heat -transfer equipment; lighting; and site electrical. • Lead electrical and instrumentation engineer for the San Clemente Water Reclamation Plant Recycled Water System Expansion Project, San Clemente, California. The project included the replacement of the electrical distribution and process control systems associated with the existing water reclamation facilities. In addition to serving the existing facilities, the new electrical distribution and process control systems also serve new facilities designed to increase the plant capacity from 2.2-mgd to 4.4-mgd. The plant treats secondary effluent from an adjacent wastewater treatment plant for distribution as reclaimed water. • Project manager and lead electrical and instrumentation engineer for the City of San Diego Public Utilities District, California, Pump Stations 1 and 2 Electrical Upgrades Project. The project consisted of replacement of medium- and low - voltage electrical equipment, including 4.16-kV switchgear and motor starters, 480-V switchgear, diesel engine generators, and motor control centers at two of San Diego's most critical raw sewage pump stations, and reconfiguring the facility control systems to monitor and control the new electrical equipment. In addition to the electrical and control system upgrades, the project also included the design of a new electrical building. COTHER TEAM MEMBER SUMMARY QUALIFICATIONS Jason Rozgony, P.E. Cost Estimating Carollo Engineers 65 Civil Engineering 24 Years of Experience RELEVANT EXPERIENCE Jason is the lead cost estimator for Carollo's Colorado office and has estimated projects ranging from $100,000 to over $350 million in value. His proven cost estimating abilities will provide the City with a high degree of confidence in future capital improvement budgeting. • Lead cost estimator for the Avon Wastewater Treatment Facility Nutrient Upgrades, Eagle River Water and Sanitation District, Colorado, $43 million. • Lead cost estimator for the Blue River Wastewater Treatment Plant Biosolids Upgrades, City of Kansas City Water, Missouri, $215 million. • Lead cost estimator for the Treasure Island Wastewater Treatment Plant, San Francisco Public Utilities Commission, California, $139 million. • Lead cost estimator for the Estimator for the Northeast Water Purification Plant Expansion Owner's Advisor Services, City of Houston, Texas. As part of the project advisory task, Jason reviewed estimates for the design -build project. His primary responsibilities included reviewing GMPs from the other program consultants, McCarthy and Balfour Beatty. • Lead cost estimator for the South Mesquite Regional Wastewater Treatment Plant Solids Handling Improvements, North Texas Municipal Water District, $20 million. • Lead cost estimator for the Filtration Building Improvements, City of Las Vegas, Nevada, $20 million. falyof Palm Spnngs I On- Call Wastewater Engineering Oesrgn Services 14 SECTION A i FIRM QUALIFICATIONS, PROJECT TEAM. EXPERIENCE AND BACKGROUND Mark Ludlow, P.E. Cons tructability Construction Assistance Carollo Engineers BS Civil Engineering 43 Years of Experience Chuck Rosson1, P.E. Cons tructability Construction Assistance Carollo Engineers BSCivil Engineering 26 Years of Experience RELEVANT EXPERIENCE • Project manager for construction support services for the City of Palm Springs $20 million Headworks and Primary Clarifier Upgrade Project. The project included all new influent metering, bar screens and screenings handling, influent pump station, two 100 foot diameter primary clarifiers, sludge and scum pump stations, and grit cyclone separation processes. • On -site construction engineer providing technical support for the Carollo construction management team for the $149 million Eastern Municipal Water District, California, Perris Plant 3 Expansion. Mark was responsible for all submittal and RFI administration, as well as resolving construction problems in the field. This project upgraded and expanded the existing plant capacity from 13 to 24-mgd, and included new preliminary, primary, and secondary treatment processes, as well as new solids handling facilities. • Project manager for construction support services for the $192 million Orange County Sanitation District, California, Plant No. 2 Headworks Replacement project. This project included new influent metering, bar screens and screenings truck loading facilities, influent pumping, grit chambers and grit truck loading, biological and chemical odor scrubbing facilities, and extensive tie-in and start-up sequencing issues. • Construction services for the City of Oceanside, California, $53 million San Luis Rey Wastewater Treatment Plant Interim Expansion Construction. The project expanded capacity from 9.2-mgd to 13.5-mgd with an ultimate expansion to lZ4-mgd. The overall project included expansions of the preliminary, primary, and secondary treatment facilities consisting of headworks, equalization tanks, grit chambers, rectangular primary clarifiers, aeration basins, circular secondary clarifiers, thickening and dewatering facilities, and anaerobic digestion. Plant effluent is discharged to ocean outfall with a small side stream to tertiary treatment. RELEVANT EXPERIENCE • Construction support services for the City of Palm Springs Wastewater Treatment Plant Upgrade project. This $20.5 million project added new bar screens, screenings/washer compactor, influent pump station, grit classification, and two circular clarifiers to the existing facility. Responsibilities included review of contractor submittals and RFI's, preparing change order requests, project schedule review, and start-up and commissioning and working with the contractor and owner to resolve field issues. • Start-up and commissioning/assistant Project Manager for the $180,000,000 Irvine Ranch, California, Biosolids Handling and Energy Recovery Plant. His responsibilities included assisting in creation of the baseline schedule, lead the acquisition, delivery and installation of over $100 million worth of facility equipment (pumps, gates and valves, microturbines, centrifuges, heat dryer system, odor control system, gas treatment, gas flair, and egg -shaped digesters), and directed start-up and commissioning. • On -site project manager/engineer for the installation of an additional centrifuge and appurtenances, rehabilitation of digesters and digester piping for the Encina Wastewater Authority. Generated and maintained the project schedule, all submittals, RFI's and change orders, redesign, construct the centrate drainage system, coordinated and directed all subcontractors, vendors and field crews. City of Palm Spnngs I OA-Call Waslewater Engmeefing Design Services is SECTION A I FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND RELEVANT EXPERIENCE • City of Anaheim, Citywide Sewer System Replacement Program. Project Manager. Over the past 10 years, Harris has provided design services to replace and/or rehabilitate undersized and deteriorated sewer mains. Harris' design helped address deficiencies and add needed capacity to the system for both the existing and future build out condition. Solutions included removal and replacements, parallel sewers, and upstream diversions. Randall Berry, P.E. • City of Cypress, Citywide Sewer Rehabilitation. Project Manager. Harris has been Civil and Sewer System providing engineering services for sewer improvements throughout the City for Harris & Associates over a decade. The rehabilitation included the replacement, rehabilitation, and upsizing of existing sewer segments determined to be deficient in the City's Sewer MS Civil Engineering Master Plan. Trenchless solutions included CIPP lining, spot repairs, spiral wound BS Civil Engineering pipe lining, and upsizing. 34 Years of Experience • City of Fullerton, Citywide Sewer Rehabilitation Program. Project Manager. Harris has been providing design services for the Gty's sewer main rehabilitation for over a decade. Efficiencies were addressed in existing six-, ten-, and 12-inch VCP sewer mains, resulting in improved capacity deficiencies in the City's wastewater system. Design included repairs to broken/damaged PCC cross gutters, curb and gutter, sidewalk, driveways, and ADA upgrades. • City of Stanton, Citywide Sewer Rehabilitation. Project Director. This project included the development of detailed confirmation of proposed sewer rehabilitation strategy and preparation of PS&E construction documents for 18 separate project locations. 1 RELEVANT EXPERIENCE Reuel has been an architect in Palm Springs for 36 years. He produces design solutions that are complementary to their environment, take their cue from the context of the project, and are sensitive to the user rather than to a preconceived design ideology. His project experience includes applying the principles of New Urbanism and sustainability to architecture, community design, land planning and Reuel Young, AIA master planning; facility retrofit and upgrade to municipal and non-profit facilities; Architecturol architectural design for special needs housing, community facilities, and private homes. His clients include the cities of Palm Springs, Cathedral City, Palm Desert, La Interactive Design Quinta, Indio and Temecula; the Housing Authorities of Riverside and San Bernardino Corporation Counties; the Economic Development Agency of Riverside County; non -profits including ABC Recovery Center, Martha's Village and Kitchen, Desert AIDS Project, MA Architectural Boys and Girls Club; Coachella Valley Housing Coalition, Mercy Housing of California, BA English Literature and LINC Housing; and recently, the Agua Caliente Band ofCahuilla Indians. Project 36 Years of Experience examples include: • Rehabilitation and Addition to Fire Station il4, City of Palm Springs, CA • Skate Park & Concession Building, City of Palm Springs,CA • Corporate Yard, City of Palm Springs, CA • Mayflower Regional Park Entry & Maintenance Buildings, Blythe, California, City of Riverside, CA • Fairway Paint Studio, Desert Media Group • Addition and Renovation of Desert Media Radio Group, Radio Broadcasting, Desert Media Group Cq of Palm Spnngs I On -Call Wastewater Engineering Design Services 16 SECTION A I FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A s Raj Gedhada, P.E., SE Structural Carollo Engineers MS Civil Engineering BT Civil Engineering 19 Years of Experience Rami Ghandour, P.E. Mechanical Carollo Engineers BS Mechanical Engineering 19 Years of Experience RELEVANT EXPERIENCE • Project engineer for the Palm Springs Wastewater Treatment Plant Upgrade operated by Veolia Water NA for the City of Palm Springs. This project included much needed upgrades to both the liquid and solids treatment systems necessary to maintain the plant's treatment capacity and reduce odors. Raj was responsible for the work associated with the solids treatment systems including rehabilitation of two gravity thickeners and one anaerobic digester as well the evaluation of a new mechanical sludge dewatering facility. The preliminary design included an evaluation of sludge dewatering technologies including belt filter presses, screw presses, and centrifuges. Final design for the facilities is based on the decisions made during the preliminary design phase. • Project manager for the Solids Management Study for the City of Los Angeles' Terminal Island Water Reclamation Facility. The study included an assessment of existing solids processing capacity and capacity available for codigestion of food waste. The processes evaluated include thickening, thermophilic digestion, centrifuge dewatering, and dewatered cake loading systems. Biosolids management and digester gas utilization options were studied to determine feasibility of the various options for the plant. • Project manager for the Dewatering and Digester System Assessment Project at the JB Latham Treatment Plant for the South Orange County Wastewater Authority, California. This project included capacity and condition assessment of the existing digester heating and dewatering processes. Raj is managing the project, RELEVANT EXPERIENCE • Mechanical Engineer on the South Orange County Wastewater Authority Regional Treatment Plant Cogeneration and Switchgear Upgrade Project. He worked on the mechanical final design on this project which included the addition of a 850 kW engine generator system, associated heat recovery equipment, exhaust treatment (using CO and SCR catalysts), a continuous emissions monitoring system (CEMS), a backup dual fuel 4,000,000 Btuh boiler, and a digester gas pretreatment system. This project was under the jurisdiction of South Coast AQMD. He also provided construction support assisting with submittal reviews and responses to contractor's Requests for Information (RFIs). • Mechanical Engineer on the South Orange County Wastewater Authority J.B. Latham Plant Aeration Upgrades and Cogeneration Project. The cogeneration portion of this project included the addition of a 633 kW engine generator system, associated heat recovery equipment, exhaust treatment (using CO and SCR catalysts), and a digester gas pretreatment system. This project was under the jurisdiction of South Coast AQMD. He provided construction support on this project including assisting with submittal reviews and responses to contractor's Requests for Information (RFIs). • Mechanical engineer for the design of a 1.7 MW digester gas -fueled cogeneration system for the Union Sanitary District, California, Alvarado Main Treatment Plant. His responsibilities included the design for the installation of two 850 kW reciprocating engine generators, a digester gas conditioning system including gas compression as well as hydrogen sulfide, siloxane, and moisture removal, and all required appurtenances and accessories. The design included provisions for the installation of a third 850 kW engine generator system, emissions control equipment, and features required for securing a $3.4 million grant from the California Self Generation Incentive Program. City oD Palm Springs i On, Cal Wastevrater Engineering Design Services 17 SECTION A I FIRM OUALFICATIONS PROJECT TEAM EXPERIENCE AND BACKGROUND Kevin Slattery EtectricaO&C Carollo Engineers BS Electronic Engineering Technology 26 Years of Experience Amir Najaft SCADA/Programmiog Carollo Engineers BS Controls and Instrumentation 30 Years of Experience RELEVANT EXPERIENCE • Construction manager for the City of Westminster, California, SCADA Improvement Project. Kevin was responsible for the oversight and Inspection of the design and build by the SCADA integration company. The new Ignition SCADA platform replaced a Wonderware system, and all new control panels were installed at 11 wells sites and the reservoir site. A comprehensive radio study was completed resulting in the construction of an 80 foot tower at the City yard to be use as the primary access point. Programming enhancements included real-time efficiency calculations for each well site. • Lead DCS engineer/process engineer for the City of Los Angeles, California, Bureau of Sanitation LAWINS control system replacement project, primarily at the Hyperion Wastewater Treatment Plant. Kevin was responsible for providing detailed field investigation and assessment of the existing Emerson WDPF PCM software and hardware to convert existing control code and HMI screens to a new Honeywell control system. Weekly workshops were conducted with operations and staff to develop new Control Strategies for each process area, new P&IDs, new HMI screens, and detailed cutover plans. Provide field assessments and recommendations of all process instrumentation throughout each treatment area. The ultimate goal leading to improvements and enhancements in the facility's quality, efficiency, and production. RELEVANT EXPERIENCE • PLC Programmer for the City of Palm Springs, California, WWTF Headworks Improvements. Project included programming PLC/HMI, MCC communication/ control, factory testing, and commissioning on -site. Project Manager/PLC Programmer for the Modesto Irrigation District, California, SCADA Support. Project involved PLC programming of plant PLCs, factory testing and commissioning on site of a 36-mgd membrane plant, and modifications to the conventional plant. Senior PLC specialist for the City of Oceanside, California, Water and Sewer Major SCADA Upgrades. Amir was responsible for PLC software development to assist the City in the creation of PLC software standards. • PLC programmer for the City of Reedley, California, Wastewater Treatment Plant Distributed Control System Upgrades. Amier was responsible for PLC programming, debugging, factory acceptance testing, and commissioning on customer site. • PLC programmer for the Fairfield -Suisun Sewer District Wastewater Treatment Plant in Fairfield, California. Amir was responsible for PLC programming of the new wet weather diversion control strategies. Cay of Palm Springs I On -Call wastewater Ergmeering Design Seances 18 SECTION A I FIRM QUALIFICATIONS. PROJECT TEAM EXPERIENCE AND BACKGROUND Elise Moore SCADA/Programming Carollo Engineers 14Years of Experience Sudi Shoja, P.E. SWRF loan Financing Engineering Solutions Services MS Civil Engineering 30 Years of Experience RELEVANT EXPERIENCE Lead Programmer for the City of Palm Springs, California, Palm Springs/Veolia WWTP Upgrade Project. Carollo provided design and engineering services during construction for a design -build project managed by Veolia Water for the City of Palm Springs. The project included constructing several new replacement facilities at the existing wastewater treatment plant: influent sewer, headworks, septage receiving station, influent pump station, primary clarifiers, scum pump station, primary sludge pump station, primary sludge degritting, gravity thickener cover, foul air treatment facility, and new electrical building. Elise was responsible for converting the plant SCADA application from RSView32 to FactoryTalk View SE and adding new HMI screens for the headworks upgrades. Also operator training, startup and testing, and O&M manual/standards development. Assistant programmer for the AkChin Indian Community, Arizona, Water and Wastewater SCADA/PLC System Integration. Elise was responsible for development of a new FactoryTalk View SE and ME 6.0 SCADA application, configuration of an alarm database, factory and site acceptance testing, and assistance with project startup. Assistant programmer for the Fairfield -Suisun Sewer District, California, Wet Weather Improvements. Designed new SCADA screens and tags to existing FactoryTalk View SE 6.0 application and facilitated startup of the new system. RELEVANT EXPERIENCE Grant Writing Assistance & Administration, Wastewater Treatment Plant and Cogeneration Projects, City of Palm Springs, CA. Responsible for coordination with state project managers to obtain approval for securing over $32 million of funding, $5.1 million in grants for SCADA, VFD, lighting, site development and cogeneration projects in just two applications on behalf of the City. Reimbursement for previously expended design and equipment purchases have been added to the project application. ESS has also been responsible for filing for all reporting, reimbursements and monitoring Buy America, DBE and prevailing wage requirements per EPA regulations for two successful audits by SWRCB. As -Needed Grant Writing Services, Water and Sewer Department, City of Santa Ana, CA. Responsible for identification of grant funding opportunities, preparation of a funding strategy that identified over $20 million in grant funding, successful grant applications and compliance -management services for grants from for BOR, SWRCB, SAWPA for over $20 million in funding. As -Needed Grant Writing Services, Long Beach Water Department, Long Beach, CA. Responsible for identification of grant funding opportunities, preparation of a funding strategy and preparation successful grant applications for Bureau of Reclamation Drought Resiliency and Water Energy Efficiency Grant Programs, and Title 16 and compliance -management services for the Department. ESS has identified and applied for grants over 3.5 million since 2018. City of Palm Springs Dn-Call Wastewater Engineering Design Services 1s SECTION A FIRM QUALIFICATIONS PROJECT TEAM, EXPERIENCE AND BACKGROUND Jennifer Ivey, P.E. Financial Analysis & Rate Study Carollo Engineers MBA Finance BS Civil Engineering 22 Years of Experience IP Tom Barnes Environmental Permitting ESA BA English 20 Years of Experience RELEVANT EXPERIENCE • Project manager for the Utility Cost of Service and Rate Study, San Francisco Public Utilities Commission, California. Jennifer led and managed the team to allocate revenue requirements to functional categories and develop cost -based rates that comply with Proposition 218 requirements. The Study included allocation of wastewater costs between dry weather (wastewater) and wet weather (storm water). Community outreach component included video messaging, bus tours, and multilingual meetings, in addition to mandated Proposition 218 notifications. • Principal -in -Charge for the Water and Wastewater Rate Structure Study, City of Sacramento, California. Project Lead and Quality consultant for study identified alternative rate structures for water and wastewater utilities and developed recommended rates using preferred rate structures. Presented study process and findings to utility management. Study included extensive public outreach component and Proposition 218 notifications. • Project manager for the Water and Wastewater Cost of Service Rate Design and Associated Financial Planning Services, Oklahoma City Water Utilities Trust, Oklahoma. She managed the study to develop cost of service rates and system development charges. She and her team analyzed customer billing and financial data to determine revenue requirements, allocated revenue requirements to functional categories and rate components to determine class cost of service. The study also included transitioning rates toward cost of service, presenting study findings and recommendations to stakeholders and training staff on use of financial planning and rate models. Currently, the team is updating study to develop rates for fiscal years 2018 through 2022. RELEVANT EXPERIENCE • City of Palm Springs Wastewater Treatment Plant Headworks and Clarifier Upgrade Project. Project Director. Tom oversaw the preparation of an IS/MND and supporting technical work for the Palm Springs Wastewater Treatment Plant Upgrades Project. The existing wastewater treatment plant facilities was in need of upgrades/replacement as a result of aging and outdated infrastructure. The City proposed to design and construct replacement facilities at the Palm Springs Wastewater Treatment Plant, including the design and construction of two new primary clarifier systems, a fully enclosed automated headworks system, a fully enclosed automated sludge dewatering system, an underground pump room and automated primary effluent pump and sludge pump systems, and a new dome system for Digester #2. This project was a fast -paced schedule, with the IS/MND certified within four months of notice to proceed. • City of Ventura, Ventura PureWater Project CEQA/NEPA, Ventura, CA. Project Director. Tom over saw the preparation of the EIR and permitting. ESA prepared an EIR for the City of Ventura evaluating the Ventura Water Supply Projects, which include Ventura Water Pure, an indirect potable reuse project that will beneficially use highly treated effluent that is currently being discharged to the Santa Clara River Estuary. ESA has assisted in evaluating the impacts of reduced discharge into the estuary. Key issues include impacts to sensitive species including the California Steelhead, tidewater goby, and several birds. ESA has lead the EIR process in conjunction with the City's design consultant, groundwater specialist, biological consultants, and legal counsel. City of Palm Springs , CVmLalt Wastewater Engineering Des-gn Services 20 SECTION A FIRM QUALIFICATIONS. PROJECT TEAM, EXPERIENCE AND BACKGROUND RELEVANT EXPERIENCE • Odor Control Design and Permit Engineer, City of Palm Springs, Palm Springs, CA. Project engineer odor control and AQMD permit engineer for the expansion and upgrades of the Palm Springs WWTP's. Evaluated the odor, permit and H&S requirements for process and solids processing facilities. • Odor Control Odor Control Ventilation and Treatment Adequacy Study, Coachella Don King, P.E. Valley Water District, WRP 10. Process engineer for field survey of ventilation and AQMD Permitting odor control for the Septage Receiving and Headworks facility. Also provided DHK Engineering design guidance on planned expansion, and developed approach for SCAQMD permit modifications for expanded facilities. BS Chemical Engineering • South Orange County Wastewater Authority (SOCWA) Provided Odor Control Design, Certification, AQMD Permitting, HVAC Design, Compliance Plans, 40 Years of Experience Greenhouse Gas Inventory, Ventilation and other special projects. • Since 2005, DHK has provided foul air/odor control air balancing and certification services, design upgrades for RTP ORS#1 Headworks, team member for RTP, JBL cogeneration assessments and upgrades, facility planning, Health and Safety training, environmental compliance (Spill Prevention Control and Countermeasure Plans), all air permitting and annual AQMD reports. • Santa Margarita Water District- Odor Assessment and Control Program-Chiquita Water Reclamation Facility, Provided comprehensive odor control program for the Chiquita Water Reclamation Plant including all aspects of the process areas, process adjustments, point source evaluations, conveyance/ductwork configurations, air dispersion, chemical injection and bundling of types of odors and development of odor/ventilation monitoring program. RELEVANT EXPERIENCE • Vincent has experience in software including: AutoCAD, Eagle Point engineering software, Bentley V8, Cyclone 3-d modeling software, ESRI Arcview, and Leica Ski Pro gps processing software, and NGS OPUS CORS station gps network processing software. • Vincent is currently in charge of managing and directing daily field and office Vincent Kleppe services which include overseeing design of multi lot subdivisions, processing Surveying &Potholing of construction and topographic survey field data for private and public works projects, maintaining survey data from landfill sites, and scheduling of field survey The Prizm Group crews, preparing SWPPP's and site storm monitoring inspections. MS Structural Engineering • Vincent has extensive experience with state of the art surveying equipment including robotic total stations, global positioning surveying (gps), and the BS Civil Engineering latest Leica High Definition Surveying 3-D laser imaging system. Mr. Kleppe has 29 Years of Experience instructed a 3-D laser scanning and modeling class at California Polytechnic University at Pomona. Oily of NO Springs I On -Call Wastewater Engineering Destgn Services 21 SECTION A I FIRM QUALIFICATIONS, PROJECT TEAM. EXPERIENCE AND BACKGROUND Hashmi Quazi, Ph.D, P.E. Geotechnicol Converse Consultants PHD Civil Engineering MS Civil Engineering BS Civil Engineering 32 Years of Experience Sarah Deslauriers, P.E. Regulotory lm pacts Carollo Engineers MS, Environmental Engineering MS Atmospheric and Space Science BS Atmospheric, Oceanic, and Space Science 18 Years of Experience RELEVANT EXPERIENCE • Palm Springs Wastewater Treatment Plant Expansion, Palm Springs, CA. Principal in Charge. Provided technical and budget oversight, resource allocation, and contract management for the geotechnical investigation. The project involved the headworks and primary clarifier upgrade within the treatment plant. The upgrade will consist of the construction of flume, screenings, pump station, odor control, primary clarifier no. 4, primary sludge pump station, primary scum pump station, sludge degritting, bin storage, and an electrical building. • EVMWD WRF Expansion & Upgrade, Lake Elsinore, CA. Principal in Charge. Provided technical and budget oversight, resource allocation, and contract management for the geotechnical investigation. The Elsinore Valley Municipal Water District constructed a 4.0-mgd Membrane Bioreactor (MBR) Plant to expand the existing plant. Work included upgrades to the existing 8.0 mgd Extended Aeration Plant, plant -wide comprehensive condition assessment, Distributed Control System (DCS) conversion to SCADA and other limited upgrades. The RWRF improvements included clarifier 6 and well point system, secondary equalization and stormwater ponds, diversion structure, stormwater drainage ditch retaining walls, stormwater return pump station, operations building expansion and maintenance workshop. • Margaret H. Chandler WRP Improvements, San Bernardino, CA. Principal in Charge. Provided technical and budget oversight, resource allocation, and contract management for the geotechnical investigation. The project consisted of 2 rectangular concrete -lined equalization ponds measuring 220 feet long by 140 feet wide by 18 feet deep, one pump station approximately 40 feet long by 30 feet wide located approximately 15.0 to 30.0 feet bgs, a 36 inch diameter, 500 foot long pipeline connecting to the existing headworks structure, and paved asphalt concrete access roads. RELEVANT EXPERIENCE Sarah's expertise is in the areas of legislative and regulatory development related to the wastewater sector, climate change resilience analyses, and greenhouse gas emission management. She closely tracks CA -specific regulations based on her work with CASA, which allows her to stay on top of regulations as they are being developed. She works to inform regulators about impacts so they take wastewater perspectives into account as they go about their rule -making. She has also helped shaped SB 1383, such that biosolids management through local land application is more widely implemented (lower cost and lower GHG emissions than sending out of state or land filling), and biogas utilization options can be more readily financed. She has also worked to inform Air Quality Management Boards in the state as they implement new flare and engine emission regulations. In her role she recommends alternatives that mitigate future impacts of changing regulations. • Program manager for the California Association of Sanitation Agencies (CASA) Climate Change Program. She implemented their vision to be the recognized providers of education, leadership, and advocacy for California's wastewater community on climate change issues. The Climate Change Program focused on helping California achieve its multiple mandates and goals by 2030 and beyond, including: (1) providing 50 percent of the State's energy needs from renewable sources; (2) reducing carbon dioxide equivalent emissions to 40 percent below 1990 levels; (3) reducing the carbon intensity of transportation fuel used in the State by 20 percent; (4) diverting organic waste from landfills and recycling 75 percent of the solid waste generated in the State (by 2025); and (5) reducing short-lived climate pollutants. • Project manager served as the supporting consultant to the Bay Area Clean Water Agencies Air Issues and Regulations (BACWA AIR) Committee for fiscal years 2017 to 2019, advocated on their behalf in discussions and written development of air permits, climate change policy, and rule development with Bay Area Air Quality Management District (BAAQMD) staff, Air Resources Board staff, and other state agencies as needed. isty of Palm Springs I On -Cal Wasiewaier Engineering Design Services 22 SECTION B Understanding On -Call Wastewater Engineering Design UNDERSTANDING Carollo Engineers worked with the City of Palm Springs (City) to prepare the 2009 Wastewater Treatment Plant (WWTP) Capital Rehabilitation and Repair Plan (Capital Plan). The Capital Plan provided an evaluation of the existing plant facilities and recommended a comprehensive 20-year plan for WWTP improvements. Since preparing the Capital Plan, we have assisted the City with design and construction support for high priority projects, including: Plant Water Pump Station. Gravity Thickener Feed Modifications. Digester No. 1 Rehabilitation. Electrical Infrastructure Upgrade. Headworks and Primary Clarifier Upgrade. The current On -Call Wastewater Engineering Design Services contract includes similar services for the next highest priority projects based on current needs, and as identified in the City's updated Capital Plan. We understand the need for these projects and the issues that must be addressed in their design, because we worked in collaboration with the City and the staff at WWTP to develop nearly all of them for the Capital Plan. Later in this section of our SOQ we will discuss some of the benefits of our approach to the design of the on -call projects. We have a passion for the design of WWTP facilities and we love to discuss new ideas, technical issues, and proposed process solutions. We could easily fill the page limit with these discussions. However, we know that our technical expertise alone is not enough. You need to know that we understand how to work with the City. To that end, you have requested discussion of five such topics, identified as subsections B.1 through B.5 in the Request for SOQ. We understand the importance of these topics from our past experience with the City. Since this on -call contract will be administered directly by the City, we will be in a position of working with you directly to meet your needs and expectations. In the discussion below, you will see that we not only have a passion for technical design, but also client service and successful project delivery. We have the most experience planning and designing your WWTP projects, including the design that received the Project of the Year award from the American Public Works Association. C�OUR METHODOLOGY FOR ON -CALL SERVICES SIMPLIFIES CITY CONTRACTING AND ADMINISTRATION We know City staff have many responsibilities beyond managing projects at the WWTP, so our approach to on call services will allow you to launch and administer new projects quickly and easily. To launch, you just need to identify the project and ask us for a proposal. That's it. We will then prepare a draft scope of work, schedule, and budgetary project cost for your review. We can do that effectively because we already understand the proposed projects, based on: 1 Our work on the Capital Plan. 2. Our design work at the plant on numerous projects over the years. 3. Our relationships with plant operations and maintenance staff. 4. Our experience working with the City. Gty of Palm Springs i On -Gall Wastewater Engineving Design Serwces 23 SECTION B 1 UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES .lust as important, with our vast resources, we have the capacity to quickly staff the project and move it through all phases of delivery on schedule. The graphic below outlines our methodology for providing on -call services. With this approach, we produce the deliverables. The City just needs to review the deliverables and monitor progress, freeing up time for your other responsibilities. City requests proposal. REDUCES CITY ADMINISTRATION EFFORTS i The Work Plan Establishes Project Work Flow One important step in our methodology is the development of the Work Plan. Refer to the example Work Plan from our 2013 Palm Springs WWTP Upgrade project on the next page. The Work Plan sets forth the work effort, meetings, decisions, submittal reviews, and quality management procedures that are needed to move from project ideation to design completion. CAMP® Facilitates Rapid Decision -Making and Improves Collaboration with Stakeholders Decision -Decision -making during preliminary design can be accomplished with traditional meetings or CAMP' (Concentrated Accelerated Motivated Problem- Solving), a process developed by Carollo for collaborative and rapid decision -making. For the Palm Springs WWTP Upgrade Project, we successfully used the CAMP' approach to improve collaboration and accelerate schedule. CAMPO allows individuals best -suited to making decisions, interpreting data, and influencing the design to collaborate in an unhurried, uninterrupted, yet structured format. As an example, a project may include two 2 to 3-day CAMP•s instead of a series of narrowly focused design meetings. The first CAMP• could be used to select major V r projects as ed. 10 project elements, overall site layout, and design criteria. The second CAMP® could be used to evaluate alternative facility configurations and construction methods based on availability of equipment and materials, constructability, facility outage constraints, and implementation schedule. We would also provide construction cost estimating at the CAMP° to facilitate decision -making and maintain the project budget. City of Palm Springs I On -Cal Wastewater Engineering Design Services 24 SECTION 8 1 UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERVICES WORT( PLAN: WASTEWATER TREATMENT PLANT UPGRADE PROJECT © Develop Design Criteria: • Structural Criteria • Electrical Criteria • Project Standards ® Developitemative Conflpratlons: • Prepare Conceptual • Cost Estimate Identify ffermitting Requirements Prepare Project Plan CAMP No.2: • Finalize Design Criteria • Selection of Equipment •Equipment layout • Finalize P&ID • Update Cost Estimate Primary aarmer I ileadworla I CAMP No. 1: • Confirm Design Crilerla • Select Alternative • Primary Clarifier • Headworks • Dewate(ing • Effluent Pump Station " • Digester Dome • Odor Control I • Architectural Concepts I • Stormdrain Mitigation I • Review Cost Estimate ) Zero Percent Review a Formalize Design Criteria Field Investigations: " • Survey Geotech I Evaluate Equipment UpdateCost EstlniaW-'- Prepare Draft PDR ° Review Prepare FinarPDR r Peer Review Q QualityCfredc Dewatering gpgt,Design 104%Design _ S`ob{ fttal �--►� City Review Submal Bidding Effluent Pump Station' Digester Dome Stormdrain Mitigation W Ong I f1 TASK 1 M TASK 4 1= TASK 2 M TASK S - Project Management E=1 TASK 3 O TASK 1 City of Palm Spnngs On -Cal) Was;evialer Engineering Destge Services 26 SECTION fB I UNDERSTAM> NG ON CALL WASTEWATER ENGINEERING DESIGN SERVICES Submittal Reviews Garner City Input The submittal review increments during design will be established based on the particular project and City preference. For complex projects, we generally recommend a collaborative approach with the City and plant staff to develop a preliminary design and then submittal reviews at approximately 30%, 60%, and 90% before submitting the final design documents for bidding and construction. As part of our standard quality control measures, during the City's review of the 90% submittal, we will provide an internal check of the documents by an independent team that did not produce the design. The design team will then address both the City's comments and internal check comments to produce a high quality final design submittal.This process reduces change orders during construction, as evidenced by our historically low change order rates, which helps control overall project costs. IsWE DESIGN TO THE CITY'S BUDGET AND COMPLETE ALL PHASES SUCCESSFULLY Cost control is one of the most important aspects of any project. When there are no cost surprises, the project can proceed smoothly through all phases of design and construction, on schedule. So how do we avoid cost surprises? It's simple: The City and engineering team need to be cognizant of the probable project cost compared to the budget at all times, from project start through completion, and the project must be continually managed to stay within the approved budget. Although the tenet of cost control is simple, it isn't easy. There are many potential pitfalls in proper execution. We have developed a comprehensive cost control plan with the key success factors needed to overcome these pitfalls, as discussed below. KEY NO. 1 1 Foster a Unified Understanding of the Project Cost Before Advancing the Design. As noted in Section B.t, before we even submit a proposal for engineering services, we will develop a project elements list and planning -level project costs. We will then submit this information to the City for confirmation. This approach allows for adjustment to the project elements to reduce cost, if needed, before the design contract has even started, avoiding any rework and keeping the project on track. KEY NO.2 1 Compare Budget and Project Costs on an Apples -to -Apples Basis. Our project cost estimates will include the estimated construction cost and costs for engineering services through design and construction. We will also add any of the City's other estimated costs that are to be funded by your project budget.This provides a full picture of project costs, notjust construction costs, in comparison to your budget to avoid any misunderstandings or surprises later in the project. KEY NO. 3 ( Develop Accurate Early Cost Estimates Using the "Project Element" Method. We use different cost estimating strategies during different phases of design. The early cost estimates for a project are the most important, because project adjustments can be made with little or no impact to the design. Unfortunately, early estimates are also the most difficult, because there is not yet a detailed design available that can be used for a conventional unit price cost estimate. For better accuracy, we use historical cost data from similar projects to estimate costs by project element. We adjust the actual costs of past, similar project elements to account for project differences, construction cost escalation over time, project location, etc. to arrive at holistic cost estimates that are much more accurate than early estimates prepared using the unit price method. KEY NO.4 1 Manage Decision -Making by Proactively Addressing Cost Impacts. During meetings, we will provide cost information for alternatives that have a significant Impact on construction cost, so decision makers consider cost as an important criterion for alternative selection. We will also provide real-time updates of the total project cost during meetings to avoid decisions that do not fit within the budget. By maintaining attention on the total project cost, we will prompt discussion and adoption of cost -saving measures that are needed to offset any cost increases. Our experience -based ideas for cost reduction will identify savings opportunities that do not sacrifice project performance. KEY NO.5 1 Develop Accurate Cost Estimates During Detailed Design Using the "Specialist and Design Team" Approach. We have included on our team Jason Rozgony, our companywide cost estimating specialist. Because Carollo's sole business is water and wastewater facilities, he is not only a specialist in construction cost estimating, he is also a specialist in estimating the costs of WWTP facilities like yours. To make sure Jason has all the information he needs for an accurate estimate as the design is progressing, he will be teamed up with the design team and our constructability specialists. These team members will fill in the gaps for items that are not yet detailed in the design documents and to identify any construability challenges that may have a significant impact on costs. KEY NO.6 1 Keep the City Informed, Early and Often. Every month, starting with the first month of the project, we will submit to the City a monthly report of the project status, including an updated estimate of the project cost based on work efforts and decisions to date. If the uty of Palm Springs I OR -Call Wastewater Engineering Design Services go SECT:QN B I UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERV CES estimated cost exceeds your budget, we will discuss with you measures to bring cost and budget back into alignment. We will use a collaborative approach, including the City, plant staff, and the design team to develop solutions that meet your budget requirements. KEY NO. 7 1 Conduct Value Engineering Workshops. Our cost control strategy, and our QA/QC procedures (discussed later), serve to provide on -going value engineering as part of our standard design services. However, as an option, and when it makes sense to the City, we will conduct a Value Engineering (VE) workshop to identify further cost saving ideas. We would include a VE workshop facilitator and an independent team of project reviewers (who are not on the design team), to offer recommendations that reduce cost. The panel of reviewers could also include City staff. In our experience, this workshop should be conducted just after the preliminary design, when the design is developed enough to identify potential cost reductions, yet rework of the detailed design can be avoided. Our cost control measures will keep your projects on budget, and that's of critical importance to proceeding smoothly and on schedule through all phases of design and construction. This is so important that we have focused on cost control in our response to this item of your Request for SOQ. However, successful completion of a project requires much more, and the following discussion touches on a few of these additional success factors. Risk Management WWTP projects at an operating facility are complex endeavors with inherent risks. There are many types of risks, with some general classifications including safety, cost, schedule, bidding, constructability, change orders, performance, operability, maintainability, etc. To minimize project risks and unexpected costs, we will create and maintain a risk register that tracks the risks as they are identified by the City, plant staff, and the design team. For each risk, we will then recommend a strategy to avoid or mitigate the risk as part of the design. This risk management approach results in a higher quality and successful project that addresses most of the issues that could otherwise cause problems. It also controls costs by addressing risks that would result in unexpected expenditures. Constructability, Construction Services, and Change Order Avoidance Constructability is a common risk for WWTP projects that warrants its own discussion. The City's projects will be implemented while the plant is continuing to treat wastewater, so careful attention is needed to make sure the new construction will be completed without interrupting operations. To address this need, we provide detailed construction sequencing provisions in the specifications that identify the contractor's constraints and a recommended step -wise method of accomplishing the work that has been vetted by our constructability team. Our constructability team members have experience with both construction and design — including experience with projects at the Palm Springs WWTP -- and specialize in solving the unique constructability challenges at operating treatment plants. We also tap their skills in design submittal reviews to address issues that could result in change orders.Their reviews help identify ways to reduce construction costs and make sure our cost estimates are accurate. These same team members are proposed for engineering services during construction for the facilities we design, providing continuity and successful completion of the construction and startup phases of the project. Quality Assurance/Quality Control Our approach to quality is based on proper up front planning, which we document in our Project Management and Quality Management Plans, and applying the right reviews at the right time to make sure that each project gets started off correctly and ends successfully. Our multiple step approach both avoids errors that could result in contractor change orders and identifies opportunities for cost cutting prior to the bid. Four distinct quality reviews will be included: Company expert review of preliminary design concepts. Discipline checks for all design calculations, drawings, specifications, construction cost estimates, and reports required for the project. Constructability review to identify and address issues associated with bidding, construction sequencing, constructability, scheduling, and potential change orders. Multi -discipline and inter -discipline coordination cross- checks, by an independent checking team of selected senior engineers and process experts, prior to submittal of the final design package. With this approach, we provide technically sound recommendations and a high quality final design. PROJECT MANAGEMENT TOOLS KEEP THE PROJECT ON TRACK AND THE CITY INFORMED Carollo has set a goal to provide the City with exceptional projects and the highest quality service. Strong project management is essential to meeting this goal, and our proposed project manager, Doug Lanning, has demonstrated his ability to deliver high quality projects on time and within budget. The cornerstones of his project management approach are: Detailed Planning and Scheduling. Open Communication. Collaborative Meetings. Project Control and Reporting. Quality Assurance/Quality Control. City of Palm Springs I On-Ca!I Wastewater Engineering Design Services 27 SECTIONS UNDERSTANDING ON -CALL WASTEWATER ENG NEERING DESIGN SERVICES Detailed Planning and Scheduling As discussed in Section 8.1, one of our first tasks on each project will be development of the Project Management and Quality Management Plans. These plans document project processes and procedures that serve as the key tools of our planning and scheduling, including the project staffing organizational chart, the work plan, the scope of work, a detailed schedule of project tasks, task budgets, subconsultant services descriptions, project monitoring and reporting procedures, communication protocol, record keeping requirements, design standards, and quality assurance/ quality control procedures. We will submit these plans to the City for review and confirmation. They then serve as our road map to successful on schedule project delivery. Open Communication Doug Lanning, Principal -in -Charge and Project Manager, will be the primary point of contact and responsible for deploying Carollo's significant resources when needed to deliver the project in an efficient and timely manner. We will also provide an additional contact person for each project so you can always get the information and answers you need. Doug will be in regular communication with the City to keep you informed of project status. Because our team is located here in Southern California, we can meet on short notice to discuss issues immediately and minimize project delivery risks. One of the tools of our Project Plan is a communication protocol that will establish appropriate contacts with the City, subconsultants, plant staff, and other parties involved with the project. Collaborative and Efficient Meetings We will use a collaborative and efficient meeting and workshop approach to listen to your concerns, discuss ideas, and present our findings for your review. As discussed in Section B.1, the CAMP* approach to meetings provides multiple benefits, but we are flexible to tailor the meeting approach in accordance with City preferences. We know your time is limited, so we develop an agenda that is focused on the topics that require your input, and we prepare in advance to present the information you need to make decisions. We conduct technical meetings to get City and plant staff input prior to the submittal of any deliverables, such that stakeholder feedback is captured in the initial draft, and subsequent review comments serve to fine-tune the final deliverable. This saves City staff time, helps maintain schedule, and improves the quality of reviews. Several tools are used as part of our standard meeting procedures. First, we issue meeting minutes after each meeting to document the discussion. Second, we prepare a project Decision Log that tracks all project decisions throughout the project. And third, we prepare a project 10 7 ar d a 0 5 u A 3 2 ■■■ ■■■■OR JENNY%mlims ■■WANE■n . • .. ■■p���■ ■■!.�/1■I .. ,• �,j Time in Months The earned value curve is a graphical illustration of project controls, showing how the project will be monitored to successful completion. n55 ded Action Item log that tracks all action items throughout the project, including the person responsible for completing the action item and the due date. Including the Decision Log and Action Item Log with the meeting minutes provides an opportunity for the City to review and confirm the Log additions. Documentation/tracking of the decisions maintains project quality, provides a framework for orderly design progression, and avoids rework costs due to misunderstandings about project direction. Tracking and fulfillment of action items avoids delays while any party is waiting for information, so it keeps the project on track. Project Control and Reporting The essence of our approach to management is "goals and controls:' As illustrated throughout this proposal, we have assimilated a list of project goals based on a clear understanding of your expectations. Doug will utilize Carollo's standardized company management procedures, including Earned Value Management tracking, to measure schedule and budget progress on a monthly basis, providing essential data for project controls. Project status will be reported to the City in a monthly Progress Report that details the work effort completed in the past month, the tasks scheduled for the next month, budget status, schedule status, any project issues, and an updated total project cost estimate compared to the City's project budget. Doug will schedule a meeting with the City each month to review and discuss the Progress Report. This provides an opportunity to answer any of your questions and address any concerns. ;q of Palm Springs j Or -Call 4Vaslewater Engineering Des:gn Services 28 SECTIONS UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERVICES Quality Assurance/Quality Control As discussed in Section B.2, quality assurance and quality control are an important part of our project management approach. One of our tools to maximize the benefits of design submittal reviews is the Comment Log. This log captures all City review comments. A similar log is used to capture all independent checking team comments. We use the logs to assign each comment to a member of the design team, and that member is responsible for providing a response to the comment in the log and addressing the comment in the design. When the design team has responded to all comments, the logs are issued to the City and checker team to confirm that each comment has been addressed appropriately. We have used our project management tools to successfully deliver hundreds of projects similar to the ones included in the City's Request for SOQ and we will do the same for you. THE SAN JACINTO RWRF CASE STUDY DEMONSTRATES EXCEPTIONAL CLIENT SERVICE AND SUCCESSFUL PROJECT DELIVERY You asked us to describe how our team has demonstrated seven characteristics while delivering a challenging wastewater design project at an active WWTP. Most of our firm's work involves designs at operational wastewater treatment plants, and we pride ourselves on delivering every one of those projects with a keen focus on providing exceptional client service with the characteristics you identified. A case study of the San Jacinto RWRF Title 22 Tertiary Treatment Upgrade and Plant 2 Facilities expansion project for the Eastern Municipal Water District (District), fits the bill for a multitude of reasons. Our team for the San Jacinto project comprised most of the key team members we have proposed for your On Call Wastewater Engineering Design Services, and the work we completed for this active facility included many of the elements you have identified as Priority i projects, Lastly, we selected this case study because of the parallels between the economic situation during the design of that project and the uncertainties associated with today's economic climate. Even if municipal revenues fall, we expect that all utilities will be required to continue compliance with regulations and make the necessary improvements to maintain their operations. This may seem daunting. However, we faced this situation during the Great Recession when we were working on San Jacinto and we know that we can help our clients navigate such challenging times. Our team has a proven history of successful project delivery without technical compromise to address difficult economic circumstances. You can expect the same level of exceptional client service, technical excellence, and successful delivery on the projects that you issue in the coming years. Our work at the San Jacinto RWRF included, among other processes, the construction of new digesters, rehabilitation of existing digesters, incorporation of new blogas systems into an existing cogeneration and flare system, evaluation and optimization of dewatering technologies, and evaluation of innovative processes to produce higher quality biosolids. Our team members, Doug Canning, Juan Loera, Rashi Gupta, Tom Mossinger, Khalil Kairouz, James Doering, and Converse Consultants, worked with the Eastern Municipal Water District to delivery this project in a phased manner that addressed needs by priority and allowed the San Jacinto RWRF Title 22 Tertiary Treatment Upgrade and Plant 2 Facilities expansion project to receive funding through the American Recovery and Reinvestment Act of 2009. Our services extended through construction and startup. Responsiveness and Attentiveness to Client Needs The District's service area had experienced tremendous growth since 2000, and all of its plants needed expansion quickly to provide the necessary capacity. When time came for the San Jacinto RWRF to be expanded, we worked with the District to develop a project scope that included Gly of Palm Springs Om Call Wastewater Enginming Design Services 29 SECTION B I UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES processes to increase capacity and treatment effectiveness in light of new and upcoming regulatory changes. Some of these processes included tertiary treatment to produce reuse quality effluent, additional digesters for capacity, and biosolids pasteurization and sludge screening to produce high quality biosolids for beneficial use. During preliminary design, we worked with District staff to identify technologies that would meet their budgetary and process needs, evaluate options, and present results. Our evaluations focused on capital and life cycle costs, as well as impacts on the treatment process and existing systems. We used our monthly design workshops to develop consensus on technology, design criteria, and required level of redundancy. We also paid special attention to sequencing, work constraints, and process tie-ins because all of the work had to be completed and started up without interrupting the operational treatment plant. The workshops included all key stakeholders from the District: management, engineering, permitting, and O&M staff. We felt this was essential to achieving consensus on project decisions and ensure that we were meeting the District's needs. We used the workshops to keep the entire District team apprised of project progress, direction, and impacts of decisions. Outside the workshops, our project manager, Doug Lanning, communicated regularly with the District management team and redirected the project team as necessary to address changes in the District's needs or goals. This occurred, in part, because at points as the District experienced changes in staff during the project design phase. We designed all facilities through a 90-percent design, developed a construction cost estimate, and then paused as the country's economic situation started to degrade with the Great Recession. Our team then worked with the District to forecast impacts on the project budget and identify a strategy for how to move the project forward. This strategy comprised splitting the project into phases to allow certain elements to be fast -tracked to qualify for recycled water project funding, deferment of non- essential processes (pasteurization and sludge screening), and design of the remaining processes in a way that allowed the project to be funded through the American Recovery and Reinvestment Act of 2009, and specifically under the Act's Buy American clause which limited eligible equipment and materials of construction. In the end, the modifications at the San Jacinto RWRF were implemented in two main project phases that split the work into a tertiary treatment facilities upgrade and a subsequent project focused on the headworks, primary, secondary, and solids treatment systems. Project bids came in within the District's overall budget, and improvements were completed within the schedule constraints of the various funding sources used. We also completed smaller, separate projects to address the District's needs regarding evaluation and selection of a dewatering technology, emergency improvements in the existing digester heating system while construction of new solids systems was underway, and provision of operations training to Illustrate how to meet biosolids regulations before the new digesters were constructed. After the main projects were completed, we continued to assist the District with optimization of the new and existing systems to reduce operating costs and maintain process performance. Creative Ability A holistic understanding of the plant's existing infrastructure allowed our team to identify opportunities to repurpose specific elements and incorporate them into new processes. Such creativity and the attention to detail necessary to successfully incorporate the changes into the design reduced capital cost and improved process performance. Fats, oils, grease, and certain floating debris that is present in plant influent must be skimmed off the clarifiers and treated as `scum' in the solids processes to avoid impacts on effluent and downstream equipment. This raw scum stream typically represents a dilute, high volume feed to the solids processes. It can exceed the hydraulic capacity or blind the screens on mechanical solids thickeners, and sometimes contributes to excessive volumetric feed to digesters which are required by regulations to maintain specific hydraulic retention times. The San Jacinto project included rotary drum thickeners (RDTs) to replace undersized dissolved air flotation thickeners (DAFTs), and the project team sought to avoid upsizing the RDTs or impacting their performance by feeding scum to them. Rather, the team decided to maintain one of the plant's existing DAFTs to concentrate the scum through flotation before feeding the thickened stream to the digesters. Because the materials comprising scum naturally float, this thickening method took advantage of the stream's inherent characteristics to minimize RDT sizing, protect the RDT process, and reduce the hydraulic load on the digesters. • Several years prior to the project, the District had constructed a demonstration scale solids processing system to pasteurize digested sludge through a series of heat exchangers and a reactor. This process had mechanical limitations that caused it to be abandoned. When our team was alerted of the District's need for an interim digester heating system improvement to avoid failure of the existing digesters, we evaluated the heat exchangers within the old pasteurization system and developed low-cost design for primary sludge heating City of Palm Springs I On -Call 4Vaslewaler Engineering Oesign Services 30 SECTIONS UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES to reduce load on the remaining heating system. This interim system was designed and constructed in a hybrid design/build approach and was functional within a very short time. The process saved the District's existing digestion system from failing and kept the process functional until the new digesters were constructed. Knowledge and Understanding of Constructability With a professional Construction Management staff actively managing wastewater projects across the country, Carollo has worked with, and continues to work with many of the major contractors in this segment. One of the major trends that we have seen in recent years is that the cost of delays can often significantly outweigh the construction costs of changes. While the changes happen during the construction phase, there are many things that can be done during the design phase help minimize delays. One important way to prevent delays is to carefully plan for interim operating conditions.This is especially important in existing plant work. Giving as much attention to how the plant will operate during construction as you give to the completed project is key to a smooth construction job. We do this by carefully walking through each phase with the plant operators and applying the same tools of analysis at each step so that nothing is overlooked. As one strategy to reduce the risk of delay costs on the San Jacinto project, our Engineering Services During Construction (ESDC) team focused their efforts on identifying and resolving potential interim -operation issues. This was successful in avoiding project delays for that project, and we will do the same for the City of Palm Springs. Analytical Capability Analytical capability is essential to design in a number of ways, but requires more than just the ability to produce graphs of data and use"rules of thumb" To set design criteria.True value in analysis lies in understanding what the data mean, whether they are real, and how to use results in practical ways. Furthermore, analysis must be based on sufficient external knowledge to project future conditions and recommend suitable treatment processes. Carollo's process specialists have all these skills, because that is their focus on every project. Our process specialists produced the analysis of wastewater flow and characteristics for the San Jacinto project and completed the steps shown in the sidebar to determine the appropriate process and design criteria for the plant. Oral and Written Communication Skills Carollo believes that communication skills are just as important as technical aptitude. The best ideas may be rendered worthless if they cannot be conveyed clearly and concisely. Hence, we have templates, guidance documents, technical writing specialists, and quality management procedures that our teams use to produce high quality written deliverables. On the San Jacinto project, we used this approach to document our data analysis, process evaluations, design criteria, conceptual designs, and cost estimates in design memoranda. We know that our clients have many other demands on their time and may not be able to thoroughly read every document delivered. Because of this, we also presented the work documented in these memoranda at project meetings such that stakeholders could provide comments and ask questions right there and then. We captured the meeting discussion, decisions made, and action items in minutes issued after each meeting. Before the memoranda or meeting minutes were delivered, each was reviewed and edited by our project manager, Doug, and the principal -in -charge (PIC) to make sure the information was accurately presented in a concise, logical, and easy -to -understand manner. Our general philosophy for written technical deliverables is to capture as much information in graphical and tabular format with necessary context provided in supporting language. This allows readers to readily grasp concepts and conclusions without spending excessive time reading the documents. With a similar approach to content and quality management for our presentations, our team conducted internal "practice runs" of all meeting presentations with City of Paim Springs I On -Call VAstewater Engineering Design Services 31 SECTION 9 1 UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES process area leads, Doug, and the PIC. These sessions provided an opportunity for our leads to hone content, eliminate extraneous information, and confirm that the necessary information would be conveyed within the allotted time for each topic. We did not consider our presentations as"one-way streets" To ensure that we conveyed the information effectively, we encouraged As evidence of participation and our technical and questions from all meeting attendees. skills, the District From our perspective, asked CaroHo the best presentations were those in which to conduct oral we shared information, training scssions for generated discussion O&M staff at all four among the group, and plants on topics like achieved consensus on outstanding issues within the available time. This ind optimization is always our goal, and approaches for remains our approach for processing after (lie meeting presentations to primary project was this day. already completed. The need for concise, accurate oral and written correspondence doesn't end when the construction contract is awarded. Carollo's construction management and services team has extensive experience interpreting contract documents and verifying that submittal and RFI responses are supported by the Contract Documents and provide the Contractor with clear direction on how to proceed. Interaction with Client's Organization, I.E., Other Divisions and Personnel At the time, the District's organization included a Board of Directors, management, engineering, finance, operations, planning, permitting/environmental compliance, mechanical maintenance, and electrical maintenance. Our PIC regularly met with the District's Board of Directors and Assistant General Manager of Finance to keep them apprised of the project and address any questions or concerns they had. With the exception of the Board and finance, every other group of the organization was represented in almost every project meeting and our team interacted regularly with the associated representatives. Each group's drivers impacted the others so it was essential to the project's progress and ultimate success that we achieved and maintained consensus within the overall group. Sensitivity to Funding Constraints We know that our clients'funds are limited and that there are many needs beyond wastewater treatment that they must continue to meet. We strive to understand our clients' budgetary constraints in early project phases and help them develop a scope that matches those funds. We then present capital and life cycle costs for all technology evaluations and assist our clients in selecting the technology that provides the best value for them. As the project progresses, we provide updates on project cost estimates so that all stakeholders remain aware of overall cost impacts from various decisions. This allows us to make shifts in the project as early as possible, and keeps the project on track. The circumstances that unfolded during the San Jacinto design were anything but normal. The Great Recession hit before we finished design, so we developed and implemented a phasing plan that deferred non- essential processes and successfully delivered a final project that addressed capacity and process needs within the District's budgetary constraints. By separating the project into specific phases and designing them to meet the requirements of available financing mechanisms, we helped the District secure government funding during the Great Recession, isWE ANTICIPATE AND AVOID OR RESOLVE ISSUES BEFORE THEY BECOME PROBLEMS Capital projects at active WWTPs can face a number of potential issues if not planned, managed, designed, or delivered correctly. We have 87 years of experience delivering capital projects like those listed as your priority projects. The pages that follow list some of the potential issues that can impact such projects, our understanding of why they can present problems, and how our approach aims to avoid or resolve the issues before they become problems. Gty of Palm Spnngs I On -Can Wastewater Engineering Design Seines 32 SECTION 8, UNDERSTANDING ON :ALL WASTEWATER ENGINEER NG DES GN SERV CES [I V Could (37, o I I , !1, My ls5ue • e •• Problem Decisions are essential to Making defensible decisions > Understand drivers for each key stakeholder involved. keep a project moving. that stick, with buy -in from all . Encourage participation of all key stakeholders at project meetings and Lack of consensus and stakeholders. documenting concerns. Have smaller group meetings if needed to gather changing decisions hamper feedback, project progress, leading • Research concerns and ways to address them. Present results to stakeholders to delays, added costs, and N to ensure concerns are addressed. dissatisfaction with project • Document decisions, the reasons they were made, and impact on project cost direction. or schedule, if any. Identify decisions that are superseded, reasons that then were superseded, and project impacts. > Use and present decisionlogs at each meeting to remind stakeholders of previously made decisions. Cost overruns impact the Completing design within During scope development, understand the City's budget as well as its Citys budget, which an budget and schedule for the project goals. Tailor scope accordingly, and provide sufficient detail to allow require changes in project project scope. for appropriate project progress tracking. scope, derail project > If City's budget does not match project needs to meet stated goals, work feasibility, or necessitate with City's project manager to develop a phased design approach that can budget shifts from other allow for phased design implementation within the City's budget and fiscal City priorities. years. Time is money, in more Track project progress for each task, effort expended, and effort remaining ways than one. longer through the use of earned value curves (S-curves). Make corrections as schedulesirnpact design M+ needed to keep project on budget and schedule. could also budgets, but c oul(hyd Provide City with monthly progress reports identifying the work completed endanger the ability the previous month, the work planned for the next month, and status of '1 to meet schedules for project budget and schedule. funding opportunities or Identify changes in project scope that impact budget or schedule, and alert regulatory corrgtliance. City. Get consensus -based agreement on any changes to scope and design effort before proceeding with out -of -scope work. • If scope changes are requested by individual stakeholders, communicate request to City's project manager and work with the project manager and stakeholders to determine the right direction for the project. Cost overruns impact the Construction bids that are Understand the City's budget as well as itsproject goals. Suggest processes City's budget, which can within the Cny's budget. within design that meet both, rather than processes that may be more than require changes in project what is truly needed. 'fthe budget and treatment system to meet process scope, derail project needs do not align, develop phasing plans that the City could leverage toi� feasibility, or necessitate implement the project in phases as budget allows or identify funding sources budget shifts from other that could increase the City's available budget. City priorities. Track construction cost throughout project, including an initial planning level estimate at project start to allow changes in project elements if needed, Present cost impacts of decisions made at each meeting to keep all stakeholders informed about project costs. Communicate early about issuesthat may increase costs, and work together with City to adjust project elements if needed. Develop accurate construction cost estimates through Carollo's cost estimating group, which is comprised of contractors with up -to date information on the costs of labor, materials, and equipment. These cost estimating specialists utilize a contractor's approach to estimation rather than rules of thumb or general percent-basedallowances. Address and include Inherent costs associated with retrofits, sequencing, and maintaining plant operations during work. These aspects of work at an existing plant result in real costs, but are difficult to estimate without sufficient knowledge and design development to understand their impacts on the contractor's work and project schedule.Carollos long history of work at existing treatment plants provide us with the knowledge needed to account for these elements. City of Palm Springs I On.' aU Wastewater Engineering Design Services 33 SECTION B I UNDERSTANDING ONCALLWASTEWATER ENGINEERING DESIGN SERVICES V Construction delays can onstruction completion and lead to change orders that ` Mover to the City within exceed the projects budgi and endanger theCity`s ; ability to meet schedules for funding opportunities or regulatory compliance." AppToa(h to Achieving Success Use constructabilityspecialMs todevelop realistic construction schedule during design to determine overall duration. schedule. . Specify milestones that must be completed early to meet regulatory or funding deadlines. Define damages associated with schedule delays. Determine whether pre -procurement of equipment is necessary for specific elements of the work that must be completed early. If so, include them in the k6"deesign so that purchase, approval, and lead times for the equipment do not pact construction schedule. fine work constraints in detail toprotect the plant from interruptions and allow the contractor to develop a schedule that incorporates constraints. Assign specialists in engineering services during construction (ESDC) and construction management (CM) to project during construction. Our team members have decades of experience working with contractors to get projects done within schedule and to the high level of quality. They review the contractor's schedules and track progress of submittals, RFis and work elements to identify potential schedule issues early and work togetherwith the contractor to address those issues. This includes confirmation that the contractor has allotted sufficient time and developed a suitable plan for testing and startup of equipment and whole systems prior to handover. Unqualified contractors do Selection of contractor that not sufficiently understand wastewater treatment, biological process startup needs, lead-times for the required equipment and materials, and the need to keep the plant operational during construction. This can result in underestimation of the time and cost to properly construct the project, subsequent change orders and disagreements during construction, and poor quality work. F The treatment plant must avoid sewage overflows and continue to meet its permit requirements throughout construction, or face penalties for non-compliance. provides the best value with the proven ability to deliver high -quality projects on time and on budget. All processes and utilities necessary for treatment remaining functional while the plant's systems are modified. • Our ESDCand CMteam members also focus onthe constraints defined inthe specifications and work with the contractor to protect the plant's operations from interruptions. • Work with City's project manager to understand procurement constraints relative to bidding and contractor selection, and determine whether pre - qualification of contractors Is possible. • Study City's requirements for contractor qualifications, references, and bonding capacity. Suggest ways to strengthen those requirements based on the project size and process elements. • Work with City to ensure that bid notice reaches a large pool of qualified contractors with a known ability to deliver the specific size and type of project. - Assist the City with bid reviews to confirm compliance with contract documents and identify Issues with bids that may signify a lack of understanding or missed elements. During design, conduct focused meetings with operations staff to discus sequencing concepts, understand operational constraints, and define acceptable durations for be -iris. Define work constraints in detail to protect the plant from interruptions and allow the contractor to develop a schedule that incorporatesthese constraints. Our ESDC and CM team members review the contractor's schedules to confirm that sufficleattkne has been allotted for project activities, and that the proposed testing and startup plans meet the specifications with a focus on the constraints defined In the specifcatiorn. • Several weeks prior to any tie -Ins or isolated system shutdowns, we require the contractor to provide detailed step-by-step plan for the work and coordinate with ON staff to allow staff to implement temporary operatkq plans and avoid surprises. CAy of Palm Springs On-Wil wastewater Engineer ng Design Services 34 SECTION B JNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERV CES �, o Potential Why Issue Could be a Defining Success Relative Issue Problem to Issue Regldatoryacticnscan dramatically affect required treatment processes, proect cost, and operational costs for the end -use management of effluent, Msollds, and biagas. H regulations are not tracked In advance and incorporated ittbo the project, the final processes may not meet the ultimate requirements, and addltional or different treatment processes may be needed at h'gh cost. Whether it is the impact of Covid-19 on the economy, possible requirements of future infrastructure stimulus funding, or shifting wastewater characteristics due to water conservation, external factors outside the(ity's control can still impact project cost, needs, and schedule. {m" When City -specific front end documents are required on a project rather than industry -standard documents, there is a charim of conflict between frant end and technical specfdtlons, Leading to potential change orders or unclear delineation of responsibility among the general contractor, sub•contradors, and equipment suppliers. Inaccurate or insufficient information regarding soil conditions, foundation needs, elevations, and utility locations within the plant can lead to change orders and delays during construction. Developing a fiexibiedesign that meets the requirements of current regulations as well as Imminent regulatory changes while maintaining the ability to implement modifications for future reg,datory changes. Approi(h to Achieving Su(cess • Carollo has specialists who closely track regulations at the local, state, and national levels. We have provided expert guidance to regulators on water reuse, air quality requirements, biogas utilization, and biosolids management. We work closely with the CASA and the SCAP to provide technical insight that can help regulators understand profess and cost impacts of proposed regulations on treatment plants as well as the currert practical limits on what is achievable. This helps Carollo stay on top of regulatory developments from their inception, and this allows us to advise our clients on how best to plan for current and future regulations. • Effluent nutrient limits, emerging contaminants, stricter air quality requirements, greenhouse gas mitigation measures, and organics diversion from landfills are only some of the potential regulatory actions that will dramatically affect required treatment processes, capacity, and project cost. Our team includes experts in the processes affected by each of these regulatory foci. We can use their knowledge to develop a flexible approach to addressing these regulations before theyoccur. Developing a resilient and leverage our pastexperience on projects designed and constructed flexible design that can adjust during the Great Recession to forecast potential impacts on the project to extemal factors. and possible avenues for funding as the government seeks to bolster the economy through infrastructure improvements. from this work, we know that funding priority will be given to "shovel -ready" projects, so we can accelerate the most chit?cal portions of the work to better situate the City for Minimizing conflicts in documents and clearly delineating responsibilities. Avoiding change orders by developing system d n based on s<-te needs an documents that accurately mflect existing condition funding. • Past infrastructure funding have included some type of"Buy American" clause that limits the equipment and materials that can be used on projects financed through these programs. We have dealt with these requirements on past projects and will reach out early to equipment and materials suppiiers to confirm whether they comply with the provisions of any such "Buy American" clause. We will then update equipment selection and materials of construction to stay within the constraints of the funding program. Understand the City's budget may be impacted by economic forces that affect its revenue base. If budgetary restrictions necessitate it, we can develop phasing plans that the City could leverage to implement the project in phases as budget allows or identify funding sources that could increase the City's available budget. asimi • Utilize Carollo's front-end specifications group to review and reconcile' I differences between the City's front-end documents and Carollo's technical specifications. This group will also identify gaps and recommend industry - accepted language to reduce risk to the City. Team with speciality sub -consultants during design to provide geotechnical report, site survey, and potholing of existing utilities in areas of the work. Conduct site visits and inspections with key design team members to assess tour as -built conditions and identify items that may not be shown accurately in previous project drawings. City of Palm Sprigs I On,;'all FWastevrater Engxleenng Design Services 35 SECTION B 1 UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES OUR PROCESS APPROACH The City has an exciting list of Priority 1 projects that are planned for this on -call contract, and while we cannot address all of them within this SOQ we will highlight our understanding and approach to some of the prominent projects in this section. You have Identified construction of a third digester as one of your priority projects, in addition to the Digester No. 2 dome replacement, food waste receiving station, new flare, RNG system, new dewatering facility, sidestream centrate treatment, and odor control improvements. These systems are inter -tied, and each must be planned and designed strategically to allow easy construction and tie-ins of the other systems when needed, and as budget is available. Carollo's broad experience with all of these processes enables us to provide that strategic approach. Below, we offer our unique ideas and capabilities for each process and present considerations that can save capital cost, protect your plant's operations, reduce operating expenses, and avoid odors. Digesters Carollo has been designing anaerobic digesters for most of our firm's history. Through that time, our approach to digester design, required performance, and optimal construction materials has helped the industry evolve, and we have incorporated many technological improvements along the way. While we pride ourselves on being industry leaders in innovative ways to serve our clients, we also thoroughly vet processes and claims before implementing them. One recent innovation we included in our digester design for the City of South San Francisco is high solids digestion with recuperative thickening. By enabling separate control of hydraulic and solids retention time, this process allows for up to three times the treatment capacity of conventional designs, and can be used to retrofit existing digesters. If feasible for a specific situation, such retrofit of existing tankage can avoid significant capital costs for a new digester. In some circumstances, these savings could be up to 50-percent of the cost of a new conventional digester. Furthermore, the additional capacity and high solids mixers provided with the system facilitate the incorporation of food waste co -digestion into the process. These systems do require additional space onsite for their recuperative thickening equipment and suitable digester covers for mounting of associated mixing systems. Since you have already identified the need to replace the cover on Digester No. 2, the new cover could be designed to handle the mixer loads and this tank may be an option for a high solids digestion retrofit. We will consider this type of system for you to assess whether it would be feasible as a retrofit or as part of a new digester. Foremost in this evaluation SLUDGE —30ATS FEED t I I TS . " DIGESTATE HIGH -SOURS DIGESTER . >n RECUPERATIVE 12%TS THICICEHER tS-TOTAL SOM �R FILTRATE The recuperative thickening process allow separate control of the digester's SRT and NRT to maintain a higher solids content in order to increase digestion capacity.. will be the costs of each option and the impacts of a long- term shutdown of Digester No. 2 retrofit on the plant's operating capacity. Another cost -saving innovation we could consider is the LIPP spiral seam digester, first invented in Germany. While these carbon steel exterior/stainless steel interior tanks have been used for decades in Europe and Asia, they have only recently entered the US market. The tanks resist corrosion through the incorporation of a stainless steel tank liner that is folded into the carbon steel tank structure through a unique crimping process. The system requires specialized equipment and fabricators, currently provided only by LIPP Tanks. However, they can be constructed onsite in a fraction of the time (weeks) it takes to construct a concrete digester (months), which saves significant capital through reduced construction costs. This technology is intriguing, but any consideration of it will focus on the tanks suitability in a high seismic zone and a check of international references to assess its longevity. We will evaluate these and other innovative ideas to reduce costs and increase process effectiveness. However, we will pair any incorporation of these newer technologies with our tried and true approach to robust digester design. Medium \ Size Outside Stainlaas Steel Layer e g Atil 304, A1511167L A1Si a0q Separation Lay« Galvanized Steil Support Material LIPP spiral seam digesters are a cost -saving innovation City of Palm Springs I On -Call Wastewater Engineering peslgn Services 36 SECTION 8 1 UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERVICES This includes sufficient mixing energy to avoid scum or grit accumulation that reduces effective digester volume, O&M access to all components, proven instrumentation for process control and monitoring, and flexibility in mechanical systems to allow optimization. Digester No. 2 Dome Replacement We evaluated several options for replacement of the Digester No. 2 dome as part of the WWTP Upgrade Project, and completed a design for installation of a fixed steel cover. This type of cover is a low cost alternative to the floating cover it was meant to replace, but does not provide digester gas storage. During design, the City decided that gas storage was not necessary, and the simpler, lower cost alternative was selected.The City was later presented an opportunity to invest in a digester gas utilization system during construction of the project, and this type of system required low pressure gas storage. While the City vetted the gas utilization project, it decided to remove the cover replacement from the WWTP Upgrade Project. The gas project did not proceed, so the current digester cover must still be replaced. Because we completed a thorough design of this replacement before, we already understand what needs to be done and how the work must be sequenced to maintain safe operations. We will leverage this knowledge while evaluating, selecting, and designing a digester cover that meets the City's current needs. We will work with you and plant staff to understand whether and how much storage is required, architectural constraints for the cover, and the schedule within which the new cover must be installed. Having evaluated fixed and floating steel covers as well as double membrane gas holders previously for Digester No. 2, we can complete this work quickly and efficiently and quickly. Food Waste Legislation has opened up opportunities for wastewater treatment plants with anaerobic digestion to help the City and the state meet their greenhouse gas reduction and sustainability goals. As your Sustainability Commission has already determined, diverting food waste from landfills reduces methane releases. Furthermore, accepting pre processed food waste for co -digestion at treatment plants provides tipping fee revenue and offsets operating costs by increasing onsite renewable energy production. Palm Springs Disposal Services (PSDS), which provides the City's waste management services, already collects organic wastes from commercial businesses and is currently working with the City on additional organics diversion programs. The proximity of PSDS to the treatment plant offers opportunities for both the City and the firm: The final implementation of SB 1383 will require significant organics diversion from landfills. PSDS will be under pressure to dispose of the organic wastes in a manner that complies with SB 1383.The City can offer PSDS a reliable and nearby location for acceptance of organic waste slurry. If the City proceeds with an RNG-based vehicle fuel station as its biogas utilization system, that RNG could be supplied to PSDS as fuel (if their trucks accepted or were converted to accept CNG). This will ultimately save PSDS operating costs and provide for the City to receive high -value Reviewable Identification Numbers (RINs) and Low Carbon Fuel Standard (LCFS) credits. Because PSDS may have other options for its organic wastes, any agreement with them would be most feasible if the City offered them an attractive tipping fee structure for acceptance of the food waste slurry. The tipping fee could be low enough just to cover additional operating costs. Even if that fee structure just covered the cost of operations and maintenance, the revenue potentially generated from RINs and LCFS credits through a vehicle fuel system could be very significant. We understand you are interested in these opportunities, and Carollo has the specific experience to help you take advantage of them. Carollo has for many years been a leader of food waste receiving station design and co -digestion systems. We have helped our clients with studies, research, and designs for these systems, including one of the industry's showcase systems at the LA County Sanitation District's (LACSD) Joint Plant (JWPCP) in Carson, CA. On this project, we teamed with Waste Management (WM) to design a demonstration scale food waste receiving and digester feed system. While this was a demonstration facility for the 450-mgd Joint Plant, the 84 ton/day (tpd) system would be full-sized for almost any other plant. The system was designed in 2014 to feed food waste slurry into one test anaerobic digester at the JWPCP so that performance could be compared to three other control digesters at the plant. The demonstration project showed that the test digester produced approximately 650,000 cubic feet/day (cfd) of digester gas compared to approximately 325,000 cfd from the control digesters. Based on the success of this demonstration project, LACSD constructed its own 165 tpd food waste processing center at the Puente Hills Materials Recovery Facility (MRF) and is now building a new RNG vehicle fueling station. One of the key elements of the LACSD system is a simple odor control concept where the tank vents are connected to carbon canisters. As the waste slurry is discharged from the truck into the storage tanks, the air within the tank is vented and scrubbed through the carbon. This has proven to be a simple, effective, and low cost method of controlling odors from this process. We will leverage our experience with this project and the others we have completed to provide you with a food waste receiving facility that is cost-effective and robust. City of Palm Springs I On -Call Wastewater Engineering Design Services 31 SECTION B I UNDERSTANDING ON -CALL WASTEWATER ENGINEER NG DESIGN SERVICES Other considerations relative to food waste digestion are the impacts the process has on the plant's existing systems. This includes higher ammonia loads in the dewatering centrate, the additional hydraulic and organic load imposed on the digesters, the projected increases in digester gas production, and the expected increase in biosolids production that must be processed and dewatered onsite. We have addressed all of these issues in our past projects and closely track the state -of -the - industry through our studies and research with the Water Research Foundation (WRF). In fact, we are currently partnering with the Central Mari Sanitation Agency (CMSA) to determine practical limits on organic loading so that we can maximize use of the plant's existing digesters. From this knowledge, we can determine how much food waste you could realistically co -digest within your existing digesters and how much capacity you would gain with Digester No. 3. We partnered with Waste Management to design the highly successful 84-ton/day food waste receiving and digester feed demonstration facility at the Joint Water Pollution Control Plant in Carson, CA. Our recently completed California Co -Digestion Capacity Analysis for the State Water Resources Control Board and CaIEPA provides wastewater utilities essential and practical information about food waste co -digestion throughout the state. In this project, we determined regional food waste availability, co -digestion capacity constraints, greenhouse gas mitigation impacts, increases in biogas and biosolids generation, revenue potential from tipping fees and renewable energy credits, lessons learned from six case studies, funding requirements, and available funding opportunities. We can use this comprehensive base of knowledge to help you in your partnering discussions with PSDS; design "right-sized"digestion, gas utilization, and dewatering facilities; avoid operational pitfalls; and find financing opportunities of help offset capital and operating expenses. S 0.00 ` 1/1/13 3/3/13 - - /18 I/W23 9/1/13 W1/13 1/1/30 Based on our past and current co -digestion work and our research through WRf, we know that facilities receiving HSW can operate at a higher volatile solids loading rate, have a higher volatile solids reduction, and see higher gas production per pound of volatile solids reduced as compared to conventional digesters. We will leverage this experience to determine the maximum amount of external feedstock your digesters can handle, and estimate the potential gas production. Digester Gas Systems Our team has designed several digester gas conditioning systems to produce RNG for vehicle fueling and pipeline injection, so we understand that site -specific factors can play a big role in what makes the most sense for your WWTP. We will work closely with your team to understand the past evaluations that have been performed, and to consider the potential for using digester gas to fuel City CNG vehicles. We will look at how your digester gas supply matches (or doesn't match) the City's vehicle demand, and will consider storage to maximize RNG production. We will also consider how the addition of food waste to your anaerobic digesters could impact gas production, and thus, the economic evaluation of beneficial use of your digester gas. We are closely monitoring the EPA's decision making process on whether digester gas produced from food waste will be eligible for the more valuable renewable credits under the RFS program. In addition to simply considering capital and life cycle costs, we recommend developing a business case evaluation for beneficial use of your digester gas based on a triple bottom line analysis, capturing drivers such as greenhouse gas emissions and community benefit. Use of digester gas for the production of renewable natural gas (RNG) for vehicle fuel has gained increasing Interest over the past decade due to the economic benefit of offsetting vehicle fuel rather than electricity. With municipal fleet and private sector vehicles across the country converting to compressed natural gas (CNG), there is a great opportunity for collaboration by locating vehicle fueling stations near existing WWTPs and making use of an already available fuel source. City of Palm Sprigs I On -Call Wastewaler Engineering Design Services 38 SECTION B I UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Our team recently worked with the City of Longmont (Colorado) to convert their digester gas into RNG for use in the City's sanitation fleet. To help fund the project, the City received a $1 million grant from the Department of Local Affairs (DOLA). They also received a grant from the Regional Air Quality Council (RAQC) to convert their sanitation fleet from diesel to CNG vehicles. These economic incentives allowed the City which treats 7 mgd of wastewater, similar to the City of Palm Springs, to prove out a reasonable payback on a digester gas conditioning system and fueling station. Solids 13 29,000 12 -- _ 27.000 11 25,000 R t a1 i O 9 F 10 23,000 t r , r 9 .. t 21,000 g ,r g �+ •er` saran Retin 4 ea% Pianning Tnggor �N y 7 .c 1 17,000 t : Trigger: Action: Capacity Capacity Expansion AsseSSrr** Assessment Paper Rerating Gas Flaring System Carollo has designed digester gas systems associated with more than 400 digester installations throughout the nation. We understand the key issues for the design of safe, reliable, and constructable digester gas handling and flaring systems: • Emissions regulations and flare technology • Codes and standards for digester gas facilities • Best practices based on construction and operations and maintenance experience We have a thorough knowledge of all major types of gas flares, digester gas regulatory requirements, and associated equipment requirements. Digester gas flares for WWTPs come in three basic types; candlestick type, low emission enclosed type, and ultra -low NOx emissions type. In the past, most flares were the unregulated candlestick type. These flares essentially combust unused digester gas as it exits the piping in an open flame that is maintained by a pilot system. This type of flare has the potential for unburned gas to escape from incomplete and/or poor combustion. Low emission enclosed type flares are required for WWTPs in areas where emissions are highly regulated. This type of flare combusts the digester gas in a much more controlled fashion to assure that the combustion products meet strict temperature/time requirements meant to assure completed combustion and low emissions of NOx and other contaminants. This is the type of flare required by the South Coast Air Quality Management District (SCAQMD), which encompasses the Palm Springs WWTP. Ultra -low NOx emission enclosed type flares are new devices, required only recently for some new and existing facilities by SCAQMD. These flares are so new that only two manufacturers have operational experience. These flares have complex burners to produce extremely low NOx emissions. Current SCAQMD air permits govern the existing flare, so new equipment must be able to meet expected permit requirements. We know from a recent flare study for another SCAQMD client that draft Rule 1118.1 for flares maintains current permit limits for minor polluting facilities (0.06lb NOx/MMBTU, minimum retention time of 0.6 sec, and a minimum combustion temperature of 1400 deg F). Due to plant size, the City's WWTP is unlikely to emit more than 10 tons/year of VOC or NOx emissions of 50 tons/year of CO, which would trigger a major polluting facility classification. As long as the plant remains a minor polluting facility, the current flare permit requirements are not expected to change, and all low NOx flares can meet these limits. We will confirm that the WWTP is a minor polluting facility through an analysis of the plant's digester gas data, development of digester gas projections for future conditions, and associated emission factors. Low NOx flares also require a minimum of 10-inches WC gas pressure at the flame arrester, so we will determine whether low pressure gas boosters are needed to supplement gas pressure to the flares. Solids Dewatering The City has not yet decided on a specific dewatering technology. We will work with you to evaluate and select the best technology for your plant, your operational goals, and budget. We have evaluated and compared screw presses, belt filter presses, and centrifuges on dozens of projects, including yours during preliminary design of the WWTP Upgrade Project. At that time, the cost of the dewatering facility outweighed the risks associated with continued use of the drying beds, so a permanent dewatering system was not installed. However, the situation has now changed, and the drying beds can no longer be used. Screw presses, belt filter presses, and centrifuges can each offer a good solution, with selection based on a particular set of drivers. We have substantial experience designing all of them. City of Palm Springs Qn-Galt Wastewater Engineering Oestgn Services 39 SECTION B I UNDERSTANDING ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES From our understanding, the right solution for you: • Increases dewatering capacity for current needs and future loads associated with food waste co -digestion. • Limits impacts on operational costs by generating as dry a cake as possible. • Reduces odors at the fence line. • Accomplishes all of these goals within the City's budget. While the available dewatering technologies operate in significantly different ways, our experience in dewatering design allows us to hone in on three key considerations that illustrate how each would or would not address your needs. Unit Capacity and Operating Schedule One of the main differences among the alternatives is the unit capacity of each technology, and the associated operating schedule that may be imposed on the plant. The number and size of units required, which translate into system cost, are directly related to the unit capacity and the plant's dewatering schedule. Screw presses are extremely limited in unit capacity, but well suited for continuous (24 hours/ day; 7 days/week) operation. If the plant maintains a dewatering schedule only during staffed hours (e.g. 8 hours/day), multiple units would be needed to process the required flow within that time frame, which increases the size of the dewatering building and overall system cost. Belt filter presses are also capacity limited, and typically operated only when supervised because of the potential for the units to discharge biosolids within the building. The belt filter press option also requires multiple units and a relatively large building. Centrifuges have the largest processing capacity per footprint area. Because they spin at very high speeds, most facilities similar in size to the Palm Springs WWTP This conceptual design of a dewatering facility incorporates cost -saving ideas and point source odor control. only operate them during staffed hours to supervise their startup and shutdown. However, centrifuges require fewer units to process the required solids within an 8-hr operating schedule.This results in a smaller overall dewatering building, Our team will determine required capacity, the potential impact of food waste co -digestion on that capacity, feasible operating schedules, and the number of units required for each technology. Carollo will also address redundancy and maintainability and the relationship to overall operating risks. We will incorporate all of these parameters in determining overall building size and capital cost so that you can compare the options and make a decision that best meets your operational and budgetary goals. Performance Dewatering performance directly correlates to operating costs which are based on the volume of material that must be hauled, the polymer required for the process, and the power needs of the equipment. The drier the cake, the less volume that must be hauled and the lower the associated hauling costs. Hauling costs for facilities in California are typically 60-65%of overall dewatering expenses, so dryness is typically the most critical performance parameter. Polymer typically represents the second highest operating cost (30- 35%). Our goal is to achieve the driest cake with the lowest polymer consumption. Power, while often discussed, typically represents a small portion of dewatering costs and can often be reduced by dewatering during off-peak hours. Of the three technologies above, screw presses and belt filter presses will produce similar cake dryness but screw presses will require more polymer to do so. Centrifuges achieve the driest cake with a smaller and similar polymer demand as screw presses. During the evaluation, we will estimate life cycle costs that include the differences in operating costs for these technologies. The operating costs, paired with estimated capital costs, will provide you with a full cost picture of the dewatering options. Odor Containment Screw presses and centrifuges are enclosed, so odorous air can be withdrawn directly from individual units at low flow rates and sent to relatively small odor control systems. On the other hand, belt filter presses are typically open which exposes both the solids and dewatering fluid (filtrate) to the atmosphere. This can generate odors and corrosive conditions. Typically, the entire air space of belt filter press buildings must be withdrawn and treated to avoid the release of odors from the facility. For this reason, when we evaluate technologies, we include the costs associated with odor control to provide a holistic evaluation of the dewatering system. Beyond selecting the right dewatering technology to meet your budgetary and operational goals, the system that provides you with the best solution must also lay out logically within the plant site. Strategically locating the dewatering facility near the existing trailer mounted belt filter press would Goy of Palm Springs I On -Call Wastewater Engineering Design Services 40 SECTION B I UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERVICES allow you to leverage the existing digested sludge feed piping and filtrate return piping, thereby reducing costs. This location also keeps truck traffic outside the central plant area and offers sufficient space to install a dedicated odor control system far from the surrounding neighbors. During design, we will work together to hone in on the location that provides you with the most strategic benefits. Locating the new dewatering building near the existing belt filter press trailer saves costs by reusing existing infrastructure. Sidestream Centrate Treatment Construction of a new solids dewatering system will relieve the capacity constraints in your existing sludge drying beds, but it will come with increased nutrient loading on your liquid stream treatment process. We understand that you have been requested by the CRBWQCB to evaluate the feasibility of achieving an effluent with a total nitrogen (TN) concentration of less than 10 mg/L. We have worked with several utilities who have transitioned to dewatering technologies that produce a high- ammonia recycle stream, and understand that there is no one -size -fits - all solution. The Carollo team will bring our extensive experience assisting utilities in implementing different side -stream treatment options to determine the best -fit strategy for your plant. 90% so% 70% so% 50% 40% Z 30% 20% 10% G% Ammonia Removal, % TIN Removal, % Longmont (CaRRB) Q Greeley (DEMON) ['"? Denver Mew Hite SSEC (AndaMoxi Our team has designed and optimized multiple sidestream treatment facilities and understands the trade-offs between capital cost, life cycle cost, and performance. Equalization of the dewatering recycle stream is the first line of defense for your secondary process. Our team has found that, by focusing on the equalization of dewatering recycle loads rather than flows, you can more effectively manage the carbon to nitrogen ratio in your secondary process. Beyond equalization, there are several side stream technologies available to assist facilities with management of the ammonia recycle streams. Each of these technologies allows treatment of high ammonia recycle streams in a much smaller reactor volume than possible with mainstream treatment. Our team will work with you to consider the following sidestream treatment technologies: DEMON- is a deammonification sidestream process that provides enrichment for naturally occurring, slow - growing ANaerobic AMMonia OXidizing (ANAMMOX) bacteria in a dedicated sidestream bioreactor. Dea mmon ifi cation is more complicated to control and maintain than conventional sidestream processes (such as CaRRB, described below), as the anammox organisms grow very slowly, even more slowly than nitrifying organisms. The advantages of the process are that it uses less oxygen than conventional sidestream processes and requires no organic carbon to remove nitrogen. ANITAm Mox is a deammonification process that leverages fixed -film biology to grow and retain anammox organisms in a dedicated sidestream bioreactor. The advantages of ANITA" Mox are that it is a stable MBBR-style process and can be designed in a small footprint. Similar to DEMON", this process uses less oxygen than conventional sidestream processes and requires no organic carbon to remove nitrogen. CaRRB stands for "Centrate and RAS Reaeration Basin."CaRRB was developed by Carollo, but is not a proprietary process and does not require a site license to construct or operate. With CaRRB, RAS and centrate are combined in an aerated zone ahead of the main aeration basins. CaRR6 is a robust process that is operated similar to a conventional aeration basin. In contrast to processes that rely on anammox organisms, CaRRB can be taken on or off-line easily, without requiring long periods for process acclimatization. An additional benefit of this process is that nitrifiers growing in CaRRB support mainstream nitrification. This has allowed operators to lower the safety factor on aerobic solids retention time (SRT) in the mainstream treatment process. City of Palm Springs I on -Call Wastewater Engineering Design Services 41 SECTION 8 1 UNDERSTANDING ON CALL WASTEWATER ENGINEERING DESIGN SERVICES Our team will consider capital costs, life cycle costs, and anticipated performance of each of these options to determine the best fit for your WWTP. CaRRB can be retrofit into an existing aeration basin, providing low-cost treatment of high -ammonia dewatering recycle streams. Odor Control Odor reduction is important to the City, and we are pleased with of our contributions to odor reduction as part of the WWTP Upgrade Project. On that project, we teamed with Webster Environmental, an odor control specialty firm, who conducted an odor sampling and analysis program at the WWTP and performed odor dispersion modeling to understand how odors are experienced by the surrounding community. Based on the results of this modeling, we determined that the old headworks was the largest contributor to odors, and we designed the new headworks to contain and treat the odors using biological odor scrubbers. We designed biological odor scrubbers to reduce odors as part of the City's WWTP Upgrade Project For this SOO, we are again teamed with Webster Environmental, so our team understands the work required to achieve further odor reductions. Just as important, we understand how to get the most bang for your buck - how to achieve the most odor reduction for your available budget. We will use the odor dispersion model that we have already developed to model alternative improvements to off -site odors. We can then select alternatives based on simulated effectiveness and cost efficiency. Our approach to odor control is to contain the odors, provide sufficient air change rates to meet code requirements and provide an acceptable working environment in operator accessible areas, and scrub the collected foul air. One method of containing odors is to enclose the entire process in a building and then ventilate and scrub the air from the building. While this approach can be effective, it results in high foul air volumes to be treated, larger odor treatment facilities, and higher capital and operation costs. We have found that the most efficient and effective method is to cover and contain odors at the source, and then provide point source draw -offs from the enclosures. Ventilation rates are designed to keep odorous areas under a negative pressure to prevent the escape of odors to the surrounding environment or building. This reduces the quantity of foul air to be treated and removes foul air from the working environment around the equipment. Because odors are contained at the equipment, this strategy also provides the potential for equipment to be installed outdoors under a canopy, instead of within a building, which significantly reduces the cost of the overall facility. We have implemented this approach very successfully on many projects, including the City's Headworks and Primary Clarifier Upgrade project. We will use our odor dispersion model for the City's WWTP to select odor reduction strategies that maximize both effectiveness and cost efficiency. City of Palm Spnngs I On -Gan wastewater Engineering Design Services 42 SECTION 8 1 UNDERSTANOJNG ON Ca L WASTEWATER ENGINEERING DESIGN SERVICES Sewer Systems Indian Canyon Drive Upsize Project: The Indian Canyon Drive Upsize Project is the first recommended project identified in the February 2009 Sewer Master Plan. The existing pipelines consisting of 8, 10 and 12-inch lines are projected to flow at least 67% full at build out conditions (Year 2025); most of the pipelines are expected to surcharge at build out conditions. During the Year 2015 scenario in the Sewer Master Plan, the lines flow at least 52% full, which is above the 50% d/D critical capacity criteria for pipelines below 15 inches in diameter. The Indian Canyon Drive 12-inch sewer system serves a portion of Section 14 within the City. This collector line was recommended to be up -sized to 15 inches prior to new development in the southwest quarter of Section 14. In addition to improvements along Indian Canyon Drive, the Sewer Master Plan also identified Improvements along Palm Canyon drive, adjacent to Section 14. Palm Canyon Drive Upsize Project: The second recommended project in the 2009 Master Plan is the Palm Canyon Drive Upsize Project. The 10 inch line is experiencing at least 41% depth of flow at Year 2025 flow conditions, with all but one line projected to experience surcharging flows at build out conditions. During the Year 2015 scenario in the Sewer Master Plan, the lines flow at least 37% full, with all but two lines above critical capacity. None of these segments are projected to surcharge during Year 2015 flows, with the most critical segment flowing 81 % full during peak flow. Both of these projects include several complexities along the proposed alignment: narrow corridor along Arenas Road, heavy traffic along Palm Canyon Drive and Indian Canyon Drive, and the need to serve restaurants, shops, and other businesses during construction. We have overcome these constraints by implementing alternative construction methods. One option to consider is pipe bursting, which would decrease the length of road closures and would decrease the overall construction footprint, as the only open trench areas would be at the insertion pits. Laterals in this alternative would need to be bypassed from one manhole to the next during construction. This alternative would best serve the narrow corridor of Arenas Road and reduce the traffic control and lane closure along Palm Canyon Drive/ Indian Canyon Drive. Another option we would consider is Horizontal Directional Drilling (HDD) for the Indian Canyon Drive and Palm Canyon Drive segments because of its minimal impact to traffic and businesses. Both roads are one-way traffic with multiple lanes; one lane along each of the drives may be utilized as a lay down area for the drill machine and piping. The open excavation would include the insertion and receiving pits. This option would eliminate any bypass during construction since the existing pipe would remain in service.These trenchless construction methods will limit excavating and shoring under and/or near existing utilities, leading to reduced construction costs and limiting impact to the surrounding businesses. City of Palm Spnngs I On -Call Wastewater Engineering Design Services 43 SECTION C • References and Experience ....................................................................................................................................... Below is a selection of references that can comment on the past performance of our key staff on projects comparable to the proposed work. Doug Lanning Kathy Marks City of Palm SpringsNeolia -Wastewater Juan Loera 2018 Mr. Doug Loar Treatment Plant Upgrade Rashi Gupta (760) 323-8166 James Doering Khalil Kairouz Doug Lanning t Juan Loera Eastern Municipal Water District - San Jacinto Rashi Gupta Mr. Jeff Wall Valley Regional Water Reclamation Facility James Doering 2013 �951) 928-3777 Ext. 6255 Expansion Khalil Kalrouz Tom Mossinger W Rashi Gupta Mr. Link Mueller City of Fort Collins -Wastewater 5-Year Services Tom Mossinger Ongoing (970) 221-6920 Becky Luna Kathy Marks !Rashi Gupta Khalil City of Lubbock - Southeast Water Reclamation Kairo James 2017 Mr. John Turpin Plant Solids Handling Improvements Doearing (806) 775-2342 Doug Lanning City of Longmont -Wastewater Treatment Plant 2017 Mr. Joe Michalski Ammonia Treatment Becky tuna (303) 651-8612 Tom Mossinger Biosolids Dewatering and Biogas Treatment and Rashi Gupta 2020 Mr. John Gage 1 LVehicle Fueling Station (303) 651-8376 City of Palm Springs i On -Call Wastewater Engineering design Services 44 SECTION C t REFERENCES ON -CALL CONTRACTS Carollo Engineers has executed thousands of on -call contracts with hundreds of municipal agencies. In 2019 alone, we executed 278 on -call contracts with municipal agencies. None of these were terminated for convenience by the public agency. Below, we have provided a representative list with some of our 2019 on -call contracts. Please note that most of our contracts are executed on a project basis rather than an on -call basis. In 2019, we executed a total of 635 contracts with municipal agencies. City of Woodland Sacramento Area Sewer District • Sacramento Regional County Sanitation Department Cahfornia Water Service Company Contra Costa Water District CCWD City of Modesto Union Sanitary District City of South San Francisco /. City and County of San Francisco I City of Tracy JJ County of Santa Cruz City of Watsonville City of Los Angeles, Bureau of Sanitation LASAN City of Los Angeles City of Fresno MtMe —tropolitan Water District Southern California Inland Empire Utilities Agency Cityofcarhbad CityofSanDiego_ 4 County of San Diego Public Works Department County of San Diego Public City of Riverside Eastern Municipal Water District Coachella Valley Water District Albuquerque Bernalilo County Water Utility Authority - Solids Dewatering Facility Design Albuquerque Bernalilo County Water Utility Authority -On-Call Professional En2ineeriri Related Services Basic Water Company- Sewer Administrative Support Services As Needed Bay County Utility Services - Retail Water and Wastewater Systems Post Storm Project t Services Suppor_ x Bay County Utility Services - Centrifuge Design Criteria Package and Owner's Advisor Bay County Utility Services - Continuing Civil Engineering Services Central Lake County Joint Action Water Agency- Continuing Services City of Auburn Washington - Model On -Call AG UDF Program City of Bainbridge Island - Framework Island Center Sewer Analysis City of Boynton Beach - Reclaim System Expansion Planning and Owner's Re r� esentatfve Services City of Boynton Beach -Continuing Services Contrail 2019 2019 y 2019 2022 1 year i 3 years 2019 2019 2019 i6 months 4 months 1 year 2019 2019 2020 2020 2017 3 years S years 2016 2021 2019 2019 6 months 2019 2021 3 years _. 2 years 3 years 2020 2022 2018 202i City of Palm Springs I On -Call Waslewater Engineering Design Services 45 SECTION C I REFERENCES City of Cocoa - FY 2020 SCADA Support Services 2019 2021 2 years City of Cocoa - 2020 Continuing Services 2020 2025 5 years Assi nments City of Cocoa - Engineering Services for Wastewater 2018 2021 3 years Collection, Treatment, and Disposal Systems. City of Daytona Beach - B Braun Facility Hydraulic 2019 2019 13 months Modeling Support City of Delray Beach - General Engineering 2017 2020 3 years Consulting Services City of Garland -Water, Wastewater, Pipelines 2020 2020 8 months Professional Design Services _- City of Goodyear - On -Call Services Wastewater 2019 2020 1 year S tems an_d Water Systems City of Grants Pass -Wastewater Engineering Services 2016 2021 5 years City of Las Vegas - WPCF Plants 3 & 4 and Plants 5 & 6 2019 2019 4 months Parshall Flume Improvements City of Margate - SCADA Master Plan 2019 2020 10 months Collier County - SCRWTP Electric Reliability Project 2019 2020 1 year Colorado Springs Utilities - CSU FVA WTP and SDS 2019 2019 6 months Services _ , — County of Maui - On -Call FY2019/2020 2020 2020 6 month Cryptosporidium Disinfection . ... Denver Water - Intelligent PID Assistance 2019 2019 3 months Florida Key Aqueduct Authority - General 2018 2021 3 years Engineering Services 4- Hillsborough County Administration - Public Works Business Technology Roadmap and Implementation 2019 I 2019 6 moths Plan Las Vegas Valley Water District - Sahara Avenue 2019 2020 2 years Pipeline Replacement Design and Bid Services Lee County Utilities - FY 2018 Water and Wastewater 2019 2020 6 months Engineer of Record_ Manatee County - Reclaimed Water Master Plan T 2019 2020 y 1 year Update Orange County Utilities - Engineering Services for Water, Wastewater, Reclaimed Facilities Program 2020 2024 4 years Management w. County Bee Ridge WRF Expansion and - _ _a t . _,—, Sarasota - 2020 2022 2 years AWT Upgrades Design _ _L� West County Wastewater District - On -Call Services - 2019 2020 6 month j Emergency Force Main Repair �I City of Palm Spnngs I On -Call Wastewater Engrneenng Design Services 46 SECTION C ; REFERENCES REPRESENTATIVE PROJECTS Headworks and Primary Clarifier Upgrade THE CITY OF PALM SPRINGS, CALIFORNIA This project was named Project of the Year by the American Public Works Association and included design upgrades to restore the plant's treatment capacity and reduce odors. Carollo also provided engineering services during construction. Highlights of the project elements include: Headworks. The headworks water surface elevation was lowered approximately three feet to prevent overflow in the upstream influent sewer, and new influent metering and a foul air collection system were installed. In addition, new screenings were included and screened material was discharged to a washer/ compactor or directly into a roll -off bin for disposal. Foul Air Treatment Facility. The new foul air treatment facility included two packaged bioscrubbers, which were low -profile, rectangular units with dual media beds and an inorganic layer followed by an organic layer. Influent Sewer. The new influent sewer extended from a manhole north of the existing headworks, near the wastewater treatment plant entrance, to the new replacement headworks located in the open area southwest of the existing operations building. Two control gates were installed to direct flow to either Plant 1 (existing) or Plant 2 (proposed). Influent Pump Station. The new primary influent pump station reduced overall construction cost and improved accessibility to the primary clarifiers and primary sludge pump station. The primary influent pump station is a split wet well, with the ability to isolate half of the wet well for maintenance. Pumping capacity increased 2-mgd to 24 mgd. REFERENCE Mr. Doug Loar (760) 323-8166 SERVICE DATE 2018 BUDGET Engineer's Estimate: $23M Bid: $21 M Primary Sludge Degritting. The primary sludge degritter has two classifiers each with cyclones that discharge to a roll -off bin for disposal, as well as a foul air collection system. Primary Scum Pump Station. The primary scum pump station has a submersible chopper pump with recirculation valve in a wet well at the primary clarifier with a foul air collection system. Primary Sludge Pump Station.The primary sludge pump station has two primary sludge/grit pumps with connections to pump sludge/grit from the hopper and riser from both primary clarifiers. Septage Receiving Station. The new septage receiving station includes a quick disconnect pipe that discharges into the new headworks influent channel. Primary Clarifiers. Two new 1 00-foot-d ia meter primary clarifiers were constructed. Gravity Thickener Cover. New weir/launder covers for the existing gravity thickener were included, and foul air collection modifications were implemented, as required. Electrical, Instrumentation, and Controls. The new electrical building included SCADA programming for operations. City of Palm Springs I Oritall Wastewater Engineering Design Services 47 SECTION C I REFERENCES San Jacinto Valley Regional Water Reclamation Facility Plant Expansion EASTERN MUNICIPAL WATER DISTRICT, CALIFORNIA The existing San Jacinto plant had only secondary treatment capabilities. The first project phase included the design of $6.5 million in new tertiary treatment facilities to provide Title 22-approved reclaimed water. The tertiary facilities included 16.5 mgd capacity cloth media disk filters, an alum chemical facility, and a return water pump station. The existing chlorine contact basins and effluent splitter box were modified to provide contingency measures for out -of - compliance effluent, as required by Title 22. Subsequent improvements were included in the Tertiary Treatment and Plant 2 project. The project included a new headworks facility with bar screens and vortex -type grit removal system; two 100-foot diameter circular primary clarifiers; an aeration basin to provide nitrification/denitrification; a blower building, three 125-foot diameter circular secondary clarifiers; primary sludge, RAS/WAS, and scum pumping; a secondary treatment polymer facility; two additional cloth -media type tertiary filters; a tertiary chemical building; flocculation basins; out - of -compliance and tertiary effluent storage ponds; modifications and additions to an existing filter influent pump station; a utility water and tertiary effluent pump station; improvements to the existing aeration basins and WAS pump station; a standby power generation facility; one chlorine contact tank; soil filter type foul air scrubbing system; two return water pump stations; and a 10,000-square-foot operations and maintenance building. REFERENCE Mr. Jeff Wall (951) 928-3777 Ext. 6255 walij@emwd.org SERVICE DATE 2015 BUDGET Engineer's Estimate: $178M Bid: $126M (very low cost due to bidding during Great Reces- sion) The project also included much -needed expansion of the bicsolids handling processes, including three rotary drum thickeners (RDTs) for thickening WAS; two 80-foot diameter anaerobic digesters; one 80-foot diameter digested sludge holding tank; a digester gas system with a low-pressure digester gas holder and gas boosters; digester pump mixing systems; digester heating systems; a sludge transfer pump station; rehabilitation of the existing anaerobic digesters; and all associated piping, appurtenances, electrical, instrumentation, and control work. Prior to completion of the major plant expansion, the facility's existing digester heating system experienced problems and the digesters became unstable. The District requested Carollo to fast -track the design of temporary process improvements to alleviate digestion problems. Carollo quickly completed the Interim Solids Handling project to address these issues and the modified system continued to provide reliable digester heating from start-up until the new digestion and support facilities were commissioned. City of Palm Springs I On -wall Wastewater Engineering Design Services 46 SECTION C I REFERENCES Southeast Water Reclamation Plant Solids Handling Improvements CITY OF LUBBOCK, TEXAS The City of Lubbock's Southeast Water Reclamation Plant (SEWRP) had two aging digesters in need of rehabilitation and severely constrained solids processing systems within an existing Solids Handling Building.The facility did not have sufficient capacity to handle the facility's solids and the open -belt configuration of both the thickening and dewatering processes contributed to significant safety, corrosion, and odor problems within the building. Carollo worked closely with the City to fully leverage the investment already made in the Solids Handling Building through a carefully sequenced repurposing of the thickening, dewatering, polymer, and foul air process areas. While maintaining solids processing capability during construction, the existing equipment in each process area was replaced with new rotary drum thickeners, centrifuges, polymer storage and REFERENCE Mr. John Turpin (806) 775-2342 SERVICE DATE 2018 BUDGET Bid: $42.5M make -down facilities, and separate ventilation and odor control systems. Technology selection was made based on an earlier evaluation of dewatering and thickening equipment completed by Carollo. The repurposing of the existing facility was balanced with the addition of a new, external cake storage and truck loading facility to address operational issues that could not be resolved economically within the building. A key element of the project included a unique, best - value selection process for the centrifuges that allowed the City to select the highest quality, competitively - priced machines that met both performance and service requirements. The overall project included the installation of three 29-inch bowl centrifuges and three 400-gpm rotary drum thickeners, rehabilitation of two existing 90-ft diameter digesters, replacement of both digester covers, replacement of existing digester recirculation pumping system, rehabilitation of existing digester gas system appurtenances, and replacement of the digested sludge pumping system. The project was completed on budget, on time, and bid within the City's budget. All systems have been operational since the end of construction in 2018. City of Palm Spnngs I OnrCad Wastewater Engmeermg Oestgn Services 49 SECTION C I REFERENCES Wastewater Treatment Plant Ammonia Dewatering Improvements Design -Build Vehicie Fueling Station THE CITY OFLONGMONT, COLORADO Wastewater Treatment Plant Ammonia Treatment and Biosolids Dewatering Improvements Design -Build Carollo worked with the City of Longmont to develop a nutrient plan that identified the process changes needed to comply with more stringent daily maximum ammonia permit limits. Carollo was subsequently selected as the design -builder for a $30M progressive design -build project to expand secondary treatment capacity and incorporate side stream treatment to improve nitrification through bioaugmentation of nitrifying bacteria. The project also constructed a mixed liquor recycle pump station to provide denitrification, which returns alkalinity to the head of the aeration basins and stabilizes the nitrification process. Installing energy -dissipating inlets on the existing secondary clarifiers improved the clarifier solids loading capacity by 20 percent, allowing for an increased mixed liquor solids concentration in the aeration basins. The project also included design and construction of a new centrifuge dewatering facility, including centrate handling and storage. The centrifuge dewatering unit is equipped with a state of the art instrument and control system to allow the unit to be automated and monitored by the City's SCADA system. Treatment and Biosolids & Biogas Treatment and REFERENCE Mr. John Gage (303) 651-8376 john.gage@ci.longmontco.us SERVICE DATE 2020 BUDGET Ammonia Treatment: Construction - $30.2M Design build on budget Biogas Treatment; Construction - $8.3M Design build on budget Biogas Treatment and Vehicle Fueling Station In 2017, the City of Longmont selected Carollo to evaluate alternatives for the beneficial use of biogas as part of the Digester Gas Utilization Project. The team reviewed the feasibility of combined heat and power, RNG for a fueling station, pipeline injection, biogas supply to local industries, and biosolids drying. Carollo developed capital and life -cycle costs for each alternative, including preliminary process and equipment sizing. Carollo worked with the City's Sustainability Evaluation System tool to evaluate the overall sustainability of each option. Based on the results of this study, the City decided to move forward with a project to relocate the Sanitation fleet adjacent to the wastewater treatment facility, install a biogas conditioning system adjacent to the anaerobic digesters, and construct an RNG vehicle fueling station for the Sanitation fleet. The City elected to use a progressive design -build delivery model and selected CGRS/Carollo as its contractor/designer team. Carollo provided design services for the single -pass membrane biogas conditioning system and RNG pipeline to the CNG fueling station. Carollo worked with City staff to provide additional instrumentation to monitor biogas storage volumes under the gasholder floating cover in order to maximize production of RNG. Once on-line, the City will offset more than 100,000 gallons of diesel fuel annually, reducing greenhouse gas emissions by about 1,000 metric tons of carbon dioxide equivalents per year -the equivalent of removing 200 cars from the road. This state-of-the-art project is sustainability in action - the City will be able to make use of an untapped resource, reduce greenhouse gases, and save on fuel costs. City of Palm Springs I on -Can Wastewater Eigineeri g Design Services 50 SECTION C REFERENCES Wet Weather and Digester Improvements Project CITY OF SOUTH SAN FRANCISCO, CALIFORNIA The digestion -related elements of this project began with a structural condition assessment and preliminary design phase, which included an evaluation of digester mixing, digester roof, and heating system options. The condition assessment showed that replacement of two existing digesters with new digesters was necessary while a third existing digester could be rehabilitated to meet seismic requirements. The digester mixing evaluation of the Ovivo LM mixer, hydraulic draft tubes, and pump mixing included capital and life -cycle cost analyses, noneconomic parameters important to the City, reference checks, and site visits. Based on this evaluation, the City decided to proceed with LM mixers on Digesters 1-3. Subsequently, Anaergia proposed its Omnivore process for the plant, and the City asked Carollo to complete a cost -based evaluation of the Anaergia Omnivore process compared with conventional digestion. The study included both capital and life -cycle costs, and the results were sufficiently attractive for the City to change the original design intent of the project to include design of an Omnivore system. REFERENCE Mr. Brian Schumacker (650) 877-8555 SERVICE DATE 2018 BUDGET Bid: $49.5 The final project includes replacement of two existing digesters with one new high solids (Omnivore) digester with Anaergia high solids mixers and rehabilitation of a third existing digester to meet seismic requirements and improve system reliability. A linear motion mixer will be provided for the retrofitted digester. Modifications to the digester heating and sludge transfer systems are also included as part of overall system improvements. The digester heating system modifications include replacement of an existing, corroded boiler and retrofits to heating system piping and valves to create a true primary/ secondary heat loop configuration and improve heating system control. City of Palm Spnngs I Or -Call Waslewater Engineering Design Services 51 SECTION C } REFERENCES Fresno/Clovis Regional Wastewater Reclamation Facility - Anaerobically Digestible Material Facility, Digester Gas Storage and Cover Rehabilitation, and Waste Gas Flare Replacement Projects C11Y OF FRESNO, CAUFORNIA In 2009, Carollo completed design for a 45,000 gallon anaerobically•digestible material (ADM) facility for the Fresno -Clovis Regional Wastewater Reclamation Facility. The design focused on ease of operation and maintenance by providing robust materials suitable for FOG, three 15,000 gallon FRP storage tanks, grinders, chopper -type recirculation pumps, progressing cavity digester feed pumps, and provisions for odor control. The system has been in operation since 2010, and remains one of the most successful ADM receiving stations constructed in California. While the facility initially received FOG, it now receives all matter of high strength waste from the Central Valley, including various food wastes from regional manufacturers. This material is referred to collectively as ADM. Four of the facility's digesters receive the ADM and produce significantly more biogas than the remaining digesters. Concurrent with the design of the ADM receiving station, Carollo designed a new membrane gas storage cover for one digester and replacement of steel covers on two other digesters. This work also included an increase in digester wall height due to seismic loads. Sequencing and site constraints during construction were critical project elements that the project team navigated during the design phase. REFERENCE Mr. Rick Staggs (559) 621-5190 SERVICE DATES Fog Facility: 2009 Gas Storage: 2010 Waste Gas Flare: 2020 BUDGET Fog Facility: $4M Gas Storage: $5.5M Waste Gas Flare: $5.5M Our work at the facility continues under an ongoing waste gas flare replacement project. The plant's air permit is governed by the San Joaquin Air Quality Management District (AQMD), which is just as stringent in its requirements as the South Coast AQMD. The project includes the design of an ultra -low NOx flare system to add necessary flaring capacity and meet the latest permit requirements for the region. City of Palm Spnngs I on -Call FVastewater Engineering Design Services 52 SECTION D • Local Expertise Demonstrated on the Team LOCAL EXPERTISE Because of Carollo's, long-standing presence in Southern California, we have been afforded the opportunity to build on our reputation both locally and nationally with a vast number of successful projects in the region. With more than 75 years of experience in Southern California, Carollo's local staff is recognized as an industry leader in planning, design, and construction of wastewater projects. Carollo Engineers, Inc. and nearly all team members and subconsultants have local experience working in the City of Palm Springs. To provide a design that complements local aesthetics, we have included on our team Palm Springs architect Interactive Design Corporation, a firm that has experience working with the City. Our Environmental Permitting subconsultant, ESA, also has a Palm Springs office. In addition, the following firms on our team already have a valid business license in the City of Palm Springs: Carollo Engineers, Inc. Converse Consultants • ESA* • Harris & Associates Interactive Design Corporation* *Local Palm Springs Business The Public Integrity Disclosure Applicant Disclosure Form and copies of local business licenses are located in the Required Forms Section. City of Palm Springs I Or -Call Wastewater flineermg Design Services 53 REQUIRED FORMS ATTACHMENT "A" "THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)' REQUESTS FOR STATEMENTS OF QUALIFICATIONS (SOQ) #14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): Carollo Engineers, Inc. BUSINESS ADDRESS: 3160 Bristol Street, Suite 500, Costa Mesa, CA 92626 TELEPHONE: - CELL PHONE 714-913-7705 FAX 714-593-5101 CONTACTPERSON Douglas Lanning, PE EMAIL ADDRESS cianningQcarotio.com A. I hereby certify that I have the authority to submit this Submittal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my submittal. Douglas Lanning, PE PRINTED NAME AND TITLE :2:2— �tk SIGNATURE AND DATE The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; g DE X A corporation If a corporation, organized in the state of; My tax identification number is: 86-0899222 Please check below IF your firm qualifies as a Local Business as defined In the SOO: A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOQ is required by including the acknowledgment with your submittal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non -responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # 1 & 2 Is/are hereby acknowledged. City of Palm Springs I On -Call Wastewater Engineering Design Semws REQUIRED FORMS ATTACHMENT B - NOT NOTARIZED PER ADDENDUM 2 ATTACHMENT "B" 'THIS FORM MAST BE COMPLETED AND NOTARIZED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)' NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND NOTARIZED AND SUBMrl7TED WITH BID STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is Senior Vice President of Carollo Engineers Inc. the party making the foregoing Submittal. That the Submittal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Submittal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Submittal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Submittal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Submittal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Submittal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Submittal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Submittal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Submittal depository, or any other member or agent thereof to effectuate a collusive or sham Submittal. B :Douglas Lanning, PE Title: Senior Vice President Subscribed and sworn to before me this 7 day of may Cty of Palm Springs I On -Call Wastewater Engineering Design Services REQUIRED FORMS ATTACHMENT "D" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* CITY OF PALM SPRINGS, CA CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant Anainst Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF CONSULTANT/VENDOR: Carollo Engineers, Inc. NAME and TITLE of Authorized Representative: (Print) Douglas Lanning, PE, Senior Vice President Signature and Date of Authorized Representative: (Sign) (Date) 5/7/2020 City of Palm Springs I On -Call Wastewater Engineering Design Services REQUIRED FORMS CITY OF PALM SPRINGS, CA STATEMENTS OF QUALIFICATIONS (SOO) 14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. THE DUE DATE AND TIME FOR THE RECEIPT OF SUBMITTALS HAS BEEN CHANGED TO 3:00 PM ON THURSDAY, MAY 7, 2020. THE DEADLINE FOR RECEIPT OF QUESTIONS HAS BEEN EXTENDED TO 3:00 PM THURSDAY, APRIL 23, 2020. ALL OTHER SUBMITTAL REQUIREMENTS REMAIN THE SAME. The City has received the following questions and is hereby providing answers thereto: Q 1: Subconsultants —should we submit all subconsultants that we think we may use on the Task Orders or will we be able to add subconsultants as the Task Orders are released under this on -call? A 1: You should submit all subconsultants that you intend to use on the Task Orders in your proposal. You maybe able to add subconsultants in the future with the City's written permission for a specific task if you are awarded an on -call contract. Q 2: Hard Copy Submissions — given the recent events with the Corona Virus, will the City consider electronic submission of the proposal? Cdy of Palm Spnngs On -Call Wastewater Engmeenng Design Serwces REQUIRED FORMS A 2: Given the one month extension of the deadline, the City is maintaining the requirement for hard -copy submissions at this time. However, we are considering an electronic submittal process and if we are able to accommodate It, we will advise you via a forthcoming Addenda. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: March 17, 2020 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Carollo Engineers, Inc. Authorized Signature: Date: 5/7/2020 Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non -responsive. City of Palm Springs I On -Call Wastewater Engineering Design Services REQUIRED FORMS r� 4ACIti L o �Y Gsp�i 2 �Z CITY OF PALM SPRINGS, CA STATEMENTS OF QUALIFICATIONS (SOQ) 14-20 ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SOQ DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DUE TO THE COVID-19 PANDEMIC, THE CITY WILL BE ACCEPTING ELECTRONIC SUBMISSIONS ONLY IN RESPONSE TO THIS SOO. NO PAPER COPIES OR THUMB DRIVES WILL BE ACCEPTED. ALSO, PLEASE NOTE THAT THE CITY IS WAIVING THE NOTARIZATION REQUIREMENT FOR ATTACHMENT "B", NON -COLLUSION AFFIDAVIT. FIRMS ARE TO FILL OUT AND SUBMIT THIS FORM, BUT THE NOTARIZATION IS UIRED. YOU MUST UPLOAD TWO (2) SEPARATE FILES — ONE WITH THE QUALIFICATIONS, AND ONE WITH THE COST/RATES. EACH FILE IS TO BE LABLED WITH THE SOO #, FIRM NAME, AND EITHER "QUALIFICATIONS" OR "COST/RATES". FOR EXAMPLE: "SOQ 14-20, JONES CO., QUALIFICATIONS" and "SOQ 14-20, JONES CO., COST/RATES". ELECTRONIC SUBMISSIONS SHALL BE UPLOADED TO THE FOLLOWING SITE VIA THE LINK BELOW. ALL SUBMISSIONS MUST BE TIME DATE STAMPED BY THE SYSTEM AS BEING RECEIVED BY THE DEADLINE. LATE SUMBISSIONS WILL BE REJECTED. TO UPLOAD YOUR TWO (2) SEPARATE FILE SUBMISSIONS IN RESPONSE TO THIS SOO GO TO: httasJ/spaces.hightail.com/uplink/Pr�urementlink/Pr�urement BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. ( ip at Palm Spnngs Jo-,' all Wastewater Engineering Design Services REQUIRED FORMS Procurement & Contracting Manager DATE: March 30, 2020 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Carolio Engineers, Inc. Authorized Signature: — Date: 5/7/2020 Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non -responsive. City of Palm Spnngs I On -Call Wastew4ler Engineering Design Services REQUIRED FORMS PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Carollo Engineers, Inc. 2. Address of Entity (Principle Place of Business) 2795 Mitchell Drive, Walnut Creek, CA 94598 3. Local or California Address (if different than #2) 3160 Bristol Street, Suite 500, Costa Mesa, CA 92626 4. State where Entity is Registered with Secretary of State DE if other than Califomia, is the Entity also registered in Califomia? M Yes F1 No 5. Type of Entity ® Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note. /f any response is not a natural person, please identify a# oHlcers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity Balakrishnan Narayanan - CEO/President ® Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other Michael Barnes, Secretary ® Officer ❑ Director ❑ Member ❑ Manager [name) []General Partner ❑Limited Partner ❑ Other Ash Wason, Treasurer ® Officer ® Director ❑ Member ❑ Manager name General Partner F1 Limited Partner City of Palm Springs I On -Call Wastewater Engineer ng Design Services REQUIRED FORMS Louis Carella, Russell Wachter, and Vincent Hart ® Other Director 7. Owners/investors with a 50/6 beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE 50%, ABC COMPANY, Inc. [name of owner/investor] (percentage of beneficial interest in entity and name of entity) A. Balakrishnan Narayanan 5.2% Carollo Engineers, Inc. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in enti and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date Douglas Lanning, PE, Senior Vice President 517/2020 jtf� 3- �t COy of Palm Springs l Qn-Call Maslewaler Engineering Design Services REQUIRED FORMS LOCAL BUSINESS LICENSES CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY. PALM SPRINGS, CA 92262 (760) 32342" PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER. 20016605 S EXPIRATION TAXIADMIN. FEE CERT NO BUSINESS TYPE: ENGINEERING CONSULTING 07/31/2020 20,00 60451 OWNER NAME: BALAKRISHNAN NARAYANAN'" 07/31/2020 4.00 60453 WARREN ADAMS r _ 07/3112020 100.00 6D454 BUSINESS NAME: CAROLLO ENGINEERS INC BUSINESS ADDRESS: 3150 BRISTOL ST 500 r i COSTA MESA, CA 97.616 ;7 3150 BRISSTOLGINEERS INC \' ISSUANCE OF THIS LICENSE DOES NOT HIMI E S57T 550000 -:, �.- THE LK.'F1V9EE TO OPERATE OR MA[MA6Y A 'N tt JRAS. IN VIOLATION OF ANY OTHER LAW COSTA MESA CA \926616S f i , L OR.D~CE. THIS 15 NOT AN F14DORSEMFM OF THE ACTIYTTY NOR OF THE APPLICAN" QUALIFICATT01S. MUST BE POSTED IN A CONSPICUOUS PLACE CITY OF PALAI SPRINGS BUSINESS LICENSE 3200 E TARQUITZ CANYON WAY. PALM SPRLNOS, CA M62 ('/0) 323 5219 PLEASE NOTE THAT IT B YOUR RES%3MUTT TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSNESSK.%IBEA 0001 EXPIRATION TAS.'ADW.FEE CERT SO WSOESSTYPE: ENGINTETO GCONSTMG\H 01112021 21.00 71117 ORVER NAME: HARRIS&ASSOCIATES INC 0031 20_'I alum 71119 Ot."WX21 400 T11T0 K'STATSSNAML, HARRIS&ASSOCIATESINC ILSINESS ADDRESS: MI WILLOW PASS ROAD SUITE NO NSL71R0. ck"M HARM A ASSOCUTES NC TSSLANT Of Rat ummDm W1 amLl I* ATU.OW PASS ROAD TM Umw TOORRITI OR LALNTAD A SLIM 3w ASLNIM IN MLMON Of LNY OM LAN CONCORD CA 945!0 OR oRDP'.Lsm TRIS D\OT AN LNDOISLM7 OF THE ACTTO' \01 OF TIC. APMXA\T.1 QLA11F1 MI. MUST BE POSTED TN A CONSPTCCODS PUCE CITY OF PALM SPRINGS BUSIlVESS LICENSE �I 3200 E TAHQUrrICANYQV WAY, PALM SP111N% CA MU (74 321IT89 i PLEASE NOTE THAT IT IS YOUR RESPOS OM TO RENEW AND UPDATE THIS LIME ANNIJAU.Y. BVSDlFSS NUMBER: U14116 EIPIRATRIN TANADSEA. M CERT NO KIRNPSSTYPID 0ONSULTING-ENYIlON11ENTAL O1t2dm 20.00 406 OBNPRNAME ESDPOANBW OItiB/1020 133.00 4m 0212>V2020 4.00 5401 BUL -M NASIL ENVIRONHWAL SCONCE ASSOCIATES ROM ADDl1ESS 1110 E TWIEVAH DR SUITE 119 PAtX SPQDIfd. G IM �NmRONMENDUSGOVCEASSOLUTES ISSDAraa7msr2metDRAvo1LNTTrt1 130 KEARNY St TR1 LJa=TO WWII OR VAWAlN A STE R00 6{BpQST N YDUTEH OF AAYO'IBIR uM SANRtANCLSCD CA 94192512 ORDROIrAr(LIt$SSAVTArL F1R\T aTIIALTITM!DR OfTO AFRICAr7'S bRV BE POM IN A CONSIICUOUS PLACE CITY OF PALM SPRINGS BUSINESS LICENSE 32W E TAHOUITZ CANTOS WAY PALR SPRINGS, CA 9^=176N 323 ID9 nLkSE r07E THAT R IS YOUR REbPONST0RITY TO RbNEW AND UPDATE THIS LRTI(SE ANNUAL0 IL9 wNLTAm' 30XV114 6THRATHIN TA1lADM1r.FEP. CFRTNO RLr AS"K-. GEI1Tki74(ON5ULTI40 091V 0)!tto 144` ONIIR NASIL+• HASH41 Ql AZI 0'Yw7.2016 m-I&M Ip.w 74S0 jLU%yM WIL. CON\TRUMNSULTANIS 09n!rl AO) 743AF HSTNFSS AMFS4 20! P.ANa1ODRSTEI RmIAWt a r.T.7 (ONIFRSE CONSULTANTS twANn Of "aslxtw. Wu m7IRR .'0'.. RANCHO DR STE I M UIL\RR 100RRA0 ORILLLRMA AFDIA.r01 CA 9CT)) p'�° SDI.ITM OF MYOTSU ur OROROI\.LNTL fl%tsWTA\LNOORu&%T OFTV.Mn %M0iRE1F X4.%T15 QLUTTWTOW.. MIST BE POSTED IN A CONSPICUOUS PIIACE CITY OF PALM SPRINGS BUSINESS LICENSE INA E 74RQI'TTZ (74M0% RAT. PAUI SM165. CA 0!A.' 110 1.1 57T0 PLLASE NOIE IIUI II IS 1OLR RESPDNS21111 TO RENEA AND L PD%IE TIRS UMME ANNt'.ALL)' BLYI%SSNI'SIIER: 061117 EXPIRATHI\ TA.VADA N. EEE L'ERT \ll BLSI\F&nW-' ARCTLTIEC2LRAL:PLNR 2031'9!71 'I!31 ITN OWNERXLUE: YOLNGRRTL 1631'Ma 1010) IM 10,31;110 2 N 61337 RSI\FSSN.\MF: INIERACTIVE DESIGN CORPORATION RSMS5.4DDRES,& IW S G-1C 04 STE 10 FALHiIMIKS U4!At INTERACDAEDE9VVORPORATION ItAO(1ofrmt%lR\V.OtR.+Wig Bi0U rh 5 RNIC DR 110 Tit GCLb41 10MIME Of Ihl\711% I ASUL+I IN TRH, 141\Of W OEM UN P.01SPRiN6S CA 9M! okomw%.0 nass\m%\L\wiLNL%%w OF TRI iM%M \oR Of 19 AFnXA\TN OI otck NI %[L.q BE WED IN A CONSPICUOUS PLACE Cq of Palm Sprmgs I On -Call 4Vestewal>" Engr*v4lg Design Serric4j REOUIRED FORMS ACKNOWLEDGEMENT OF CONTRACT AGREEMENT We acknowledge the Professional Services Agreement that was included as Attachment F to the Request for SOQs, and we respectfully request the following modifications: 1. Section 1.1: Because this section is not insurable under any commercially available professional liability insurance policy, please replace the second and third sentences of this paragraph with the following: a. "Consultant shall perform the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of California' 2. Section 5.1, A (1): Please delete this section to avoid additional project costs to the City. City of Palm Spongs I On -Call Wastewater Engineering Desir, Serwm EXHIBIT "D" SCHEDULE OF COMPENSATION ........................................................................................................................................................................ . ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope #2)" "If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOO 14-20 for providing on -call Wastewater Engineering Design Services, UWE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: See attached Carollo Engineers fee schedule) $ Is Is SUB CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: See attachment for each subconsultant $ $ Is Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly Included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded"). City of Palm Springs I On -Call Wastewater Engineering Design Services COST'HATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: Travel and subsistence $ Cost. Total is project dependent. Mileage $ IRS mileage reimbursement rate Printing $ Cost + 5%. Total is project depen Courier services $ Cost. Total is project dependent. Other project -dependent direct costs as approved by City $ Cost + 5% $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: Subconsultants $ Cost + 5% $ $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This cage MUST be manually signed. Certified by: Carollo Engineers, Inc. Firm Name Signature of Authorized Person Douglas Lanning, PE Printed Name Senior Vice President Tit e ay 7, 2020 Date ent. City of Palm Springs I On -Call Wastewater Engineering Design Services 2 COST:RATES SUBMITTAL CAROLLO ENGINEERS, INC. FEE SCHEDULE Assistant Professional Project Professional , $269.00 Lead Project Professional $279.00 Senior Professional i $289.00 Technicians I$155.00 Senior Technicians $211.00 Document Processing / Clerical $138.00 City of Palm SprrNs On -Call Wastewater Engineering Design Services 3 COSTRATES SUBMITTAL CONVERSE CONSULTANTS ATTACHMENT "C" COST/RATES SUBMITTAL 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSWRATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSI C TIONITITLE: HOURLY RATE: SUB CONSULTANT PERSONNEL_ C SIFICA ! NITITLE: HOURLY RATE: Prinicpal Professional $ $210.00 Project Manager $ $160.00 Project Professional $ $145.00 Senior Staff Professional $ $125.00 Staff rofessional $ $120.00 Support Staff $ $75.00 Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). Cry of Palm Springs I On -Call Wastewater Engineering Design Services 4 COST RATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: In Place Moisture & Dens' $ $15.00 Solis Corrosivity $ $175.00 Sand Equivalent $ $80.00 Sieve Analysis $ $160.00 Laboratory Maximum Density $ $160.00 Direct Shear $ $180.00 Consolidation $ $180.00 Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be Identified below: (note that consultants may not charge the city for any expenses that are not dertned this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: $ $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This page MUST be manually sinned. Certified by: Converse Consultants Firm Name Signature of Authorized Person Hashmi Quazi Printed Name Principal in Charge TitleMay4, 2020 Date City of Palm Spnngs I Or Call Wastewater Engineering Design Services 5 COST RATES SUBMITTAL DHK ENGINEERS, INC. ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope #2)" "If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, I/\NE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLA IFIC NITIT E: HOURLY RATE; $ $ Is SUB CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: $ 1 $ 3-7. �. $ C3 is Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contracts if awarded"). Cry of Palm Spnogs I Dn-Call Waslewaiei ErVvenng Design Services 6 COST'RATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: $ $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This page MUST be manually signed. Certified by: N Firm Sigiature of Authoriz9d Person U IQ CA Printed Nam Title . Ny W Pater Spnngs j On -Call Wastewater Engmeerng Design Sewces 7 COST,RATES SUBMITTAL ENGINEERING SOLUTIONS SERVICES, INC. ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSTIRATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, ME the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: $ Is Is SUB CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: Project Managerfrechnical Expert 150 Grant Writer $ 135 Project Engineer $ 115 CADD O rator $ 75 Clerical Is 56 1 is Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). Cdy of Palm Spnngs I On -Call wastewater Engineering Design 5erviCes 5 COST'RATES SUBMITTAL REIMBURSABLE EXPENSES: CosVRate: Reproduction $ Cost Courier Services $ Cost Transportation $ 0.58 per mile Travel Costs` $ 0 - 250 $ $ Any other expenses, not otherwise defined above, that the City would be charged In the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: CosVRa : $ $ $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This page MUST be manually sioned. Certified by: Engineering Solutions Services, Inc. Signatute of Authorized Person Sudi Shoja, PE Printed Name Principal Title 4-28-2020 Date City of Palm Springs I On -Call Wastewater Engineering Design Services 9 COST�RATES SUBMITTAL ENVIRONMENTAL SCIENCE ASSOCIATES (ESA) ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOQ #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, INVE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: $ $ $ $ SIB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: Senior Director II $ 280 Senior Managing Associate $ 205 Managing Associate $ 190 Senior Associate $ 150 Associate $ 125 Project Technician $ 100 Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). Oty of Palm Spnngs I On -Call Wastewater Engmeermg Oeslgn Services to COST'RATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: Printing- Black & White- 8.5xl 1 $ .10 Printing- Black & White- 11x17 $ .20 Printing- Color- 8.5x11 $ .40 Printing - Color 11 x $ .70 CD $ 10.00 Mileage $ IRS mileage reimbursement rat Rental Car $ Actual cost multiplied by 1.15 Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This Page MUST be manually sinned. Certified by: Environmental Science Associates (ESA Firm Name 0- _, Signature of Authorized Person Tom Barnes Printed Name Vice President Title 4/29/2020 Date City of Paim Spnr',gs I WCaH Wastewater Engineering Des gn Services 11 COST�RATES SUBMITTAL HARRIS & ASSOCIATES, INC. ATTACHMENT "C" COST/RATES SUBMITTAL `THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSTIRATES SUBMITTAL (Envelope #2)' *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualficafions SOO 14-20 for providing on -call Wastewater Engineering Design Services, IIWE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASS ICATIONITITLE: HOURLY RATE: NIA $ SUB CONSULTANT PERSONNEL CLASSIFI NITITLE: HOURLY RATE: Project Directors $ 280 Project Managers $ 240 Project Engineers $ 180 Design Engineers $ 150 Technical Support $130 Administration $ 110 Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to In the contract, If awarded`). Cny of Palm Spnngs I On -Call Waslewater Engineering Design Services 12 COST RATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: N/A $ $ $ $ $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not derined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded"). OTHER EXPENSES: Cost/Rate: N/A $ is PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This Page MUST be manually sinned. Certified by: Harris & Associates, Inc. Firm Name J Signature of(A60—brized Person Frank Lopez, PE, QSD, CFM Printed Name Sr. Director, Engineering & Consulting Title May 7, 2020 Date City of Palm Springs I On -Call wastewater Eng neering design Services 13 COST;RATES SUBMITTAL INTERACTIVE DESIGN CORPORATION ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSTIRATES SUBMITTAL (Envelope 02)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOQ #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATIONMTLE: HOURLY RATE: SUB CONSULTANT PERSONNEL CLASSIFI TIONITITLE: HOURLY RATE: Pdricipal Architect $ 165 Architect $ 145 CAD Desi ner $ 85 Staff $ 55 Is Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and Included In the final Schedule of Compensation as mutually agreed to in the contract, If awarded*). Ctly of Palm Spnngs I On -Call Wastewater fngineesing Design Services 14 COST,'RATES SUBMITTAL REIMBURSABLE EXPENSES: os ate: Repogra hics $ 1.20% Travel outside City of Palm Springs $ 0.54 / per mile Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included In the final Schedule of Compensation as mutually agreed to in the contract, if awarded'). OTHER EXPENSES: Cost/Rate: S 8 8 8 S PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This paste MUST be manually signed. Certified by: Interactive Design Corporation Firm Name/ -I /? Signature of Authorized Flerson Maria Sona Printed Name President / Principal Architect Title Mav 4, 2020 Date Cdy of Palm Spnngs ( On•Calt Wastewater Engineering Design Services 1s COST,RATES SUBMITTAL THE PRIM GROUP ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, IME the undersigned will accept the following hourly rates and other costs as defined. for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: SUB CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: VC -VA' L) .� c'e $ t �o 14 $,SDGfA7� CAP $ zoo Lfaw cJ,2 Gum Af ti !�vfe ve 4 C" w $ t o 5 -aFF .. - c(_E TAC $ Sc Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and Included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). City of Paim Springs I On -Call Wastewater Engineering Design Services 16 COSTIRATES SUBMITTAL REIMBURSABLE EXPENSES: Cost/Rate: q,5 CONS�sM�t3L� Sv2v� 5c,ryycr�S !fi -12f-, $ cosr t $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: $ $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This pane MUST be manually sinned. Certified by: Printed Name Title Date City of Palm Springs I On -Call Wastewater Engineering Design Services 17 COSTRATES SUBMITTAL. WEBSTER ENVIRONMENTAL ASSOCIATES, INC. ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOQ #14-20) ON -CALL WASTEWATER ENGINEERING DESIGN SERVICES Responding to Statement of Qualifications SOQ 14-20 for providing on -call Wastewater Engineering Design Services, ONE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSI CATIO LE: HOURLY RATE: $ $ Is SUB CONSULTANT PERSONHEL CLASSIFICATION/TITLE,: HOURLY RATE: Senior Engineer Project Engineer Administrative Assistant $168.16 $136.51 $80.75 Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call Wastewater Engineering Design Services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). City of Palm Springs I On -Cal; Wastewater Engineering Design Services 1s COSPRATES SUBMITTAL REIMBURSABLE EXPENSES: C s ate: Odor Panel AnalyW& QJ and al) S32Wmm* Odor Panel Analysis Predilubon $300/sam le Odor Panel Analysis Characterization $55/sample Reduced Sulfur Compound Analysis $215/sample Volatile Organic Compound Analysis $145/sample Tygon Tubing $1 /Foot Tedlar Sags g Any other expenses, not otherwise defined above, that the City would be charged In the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract; if awarded*). OTHER EXPENSES: Cost/Rate: Overnight Shipping of Sam les 75/sam le estimated Equipment Shipping $250/round of sampling estimated Odalog Rental $140/wk (stand. range),$345twk (low Airfare $800/round trip (estimated) Rental Car $75/day (estimated) Hotel 250/night (estimated) 0o ay (estimated PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This Page MUST be manually sinned. Certified by: Webster Environmental Associates, Inc. Firm Name James Ross (>g'UN gnid 0"m°'"06, 6nr 2020 04 29 00.21.21 04W Signature of Authorized Person Jim Ross Printed Name Vice President Title April 29, 2020 Date range) City 01 Palm Springs ! kt-Caf Wastewater Engineerarg Design Seances 19 EXHIBIT "E" SCHEDULE OF PERFORMANCE The services provided hereunder this Agreement shall occur on an as -needed "on -call" basis, pursuant to separate individual Task Orders or Purchase Orders. The City and Consultant shall agree on a schedule of performance for scopes of work on assigned projects. ACORIY CERTIFICATE OF LIABILITY INSURANCE 7/4/2023 GATE (MM Dayrrr) 6/30/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 RECEIVED (816) 960-9000 kctsu@lmkton.com GOINTANAME CT PNONE FAX AK No: p IIARESS: INSURERS) AFFORDING COVERAGE NAIC N INSURER A: Zurich American Insurance Company 16535 INSURED CAROLLO ENGINEERS, INC. 1472602 2795 MITCHELL DR. (� WALNUT CREEK CA 94598-1 SO�ce Of the City Clerk INSURER B: Continental Casualty C m n 20443 INSURER c: INSURER D INSURER E INSURER F: rnvFRAnFtq CFRTIFICATE NUMBER: I AR60g74 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUER POLICY NUMBER MMIDCY EFF Df POLICY MWDO UP LIMITSLTR A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F—XI OCCUR Y N GLO 9730569 7/4/2022 7/4/2023 EACH OCCURRENCE S 1,000,000 PREMISES Ea occumersoei $ 1 000 000 MED UP (My we ) s 25,000 PERSONAL &ADV INJURY $ 1000000 GENI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2.000.000 PRODUCTS - COMP/OP AGO s 2000000 POLICY [g] IRI JET " LOC S OTHER: A AUTOMO&LE UABBm Y N BAP 9730571 7/4/2022 7/4/2023 E. so tleD SINGLE LIMITntl $ 2,000,000 BODILY INJURY (Par person)) $ YMX)M X ANY AUTO BODILY INJURY (Per accidimt) $ X�(�'X'Y(�(1' OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED IAUTOS ONLY AUTOS ONLY PeOPERE DAMAGE $ XXXXXXX OL s 1,000 UMBRELLA UAB OCCUR NOTAPPLICABLE EACH OCCURRENCE S XXXXXXX AGGREGATE S J(j(}(X}(a']( EXCESS LIAR CLAIMS -MADE DEO RETENTIONS s xxxxxxx A WORKERS COMPENSATION AND EMPLOYERS' UABILRY YIN ANY PROPRIETOPJPARTNERIEXECUTNE OFFICEMEMBER EXCLUDED? FN� (MmKlaton, In NH) N I A Y WC 9730570 7/4R022 I 7/4.2023 %t ER STATUTE E.L EACH ACCIDENT s 1000000 E.L. DISEASE - FA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1.000.000 If yea dmcrloe und DESCer SORPTION OF OPERATIONSbelmv B PROFESSIONAL LIABILITY N N AEH 288354410 7/4/2022 rO2 EACH CLAIM: $2,000,000; AGGREGATE: S2,000,000 UNLIMITED PRIOR ACTS DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 181, Additional Remarks Schedule, may Im attached X mom *pap Ie mquimd) As -Needed "On -Call" Wastewater Engineering Services. City of Palm Springs, its officials, employees, and agents are additional insureds as respects general liability and auto liability, and these coverages are primary and non-contributory, as required by written contract. Waiver of subrogation applies to workers compensation/employer's liability where allowed by state law and as required by written contract. (SEE ATTACHED) rFRTIFIrATF Nnl nFR CANCELLATION See Attachments -- 16860979 --- City of Palm Springs Attn: CityClerk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 AUTHORIZED REPRESENTATI 0198SL2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 4`71163 CONTINUATION DESCRIPTION OF OPERATIONSILOCATIONSNEHICLEWUCLUSIONS ADDED BY ENDORSEMENTISPECUIL PROVISIONS (Use only If mom space Is m, Wmd) Thirty (30) days' notice of cancellation by the insurer will be provided to the Certificate Holder, then (10) days' notice in the event of non-payment of premium. Professional Liability Deductible: $ I0,000. ACORD 25 (2016/03) Certificate Holder ID: 16860979 Attachment Code: D573119 Certificate ID: 16860979 Professional Liability and Pollution Incident Liability Insurance Policy Endorsement NOTICE ENDORSEMENT - NOTICE OF CANCELLATION, NON -RENEWAL OR REDUCTION IN LIMITS WHERE REQUIRED BY WRITTEN CONTRACT It is understood and agreed that if the Named Insured has agreed in a written contract with its client to provide such client with notice of cancellation or non -renewal of this Policy, or notice of a reduction in the Limits of Liability of this Policy by endorsement during the policy term, the Insurer will provide such notice of cancellation, non -renewal or reduction in Limits to the client as set forth herein. Within ten (10) business days of the Insurer's request, the Named Insured will deliver to the Insurer, or cause to be delivered by the broker or agent of record, a list acceptable to the Insurer containing the names and addresses of all entities entitled to receive notice. If the list is not provided to the Insurer within such time period, the Insurer will not provide notification. The Insurer will assume that the list provided to the Insurer by the Named Insured or the broker is a complete and accurate list of certificate holders. Only those persons or entities listed on the schedule will receive notification. The Insurer will keep no other record of any certificate holders in the Insurer's file. Such notice will be delivered to such client at the address recorded by certificate on file with the broker or agent of record and provided to the Insurer. With respect to cancellation or non -renewal of this Policy, the Insurer will provide the Named Insured's client with the greater of: 1. thirty (30) days' notice; or 2. the number of days' notice set forth in the applicable State Provisions endorsement attached to this Policy in accordance with the Cancellation/Non-Renewal condition of the Policy. With respect to a reduction in the Limits of Liability of this Policy by endorsement during the policy term, the Insurer will provide the Named Insured's client with the lesser of: 1. sixty (60) days' notice; or 2. the number of days' notice required in the Named Insured's contract with such client. The Insurer's failure to provide such notification will not extend the Policy cancellation date, negate cancellation or non -renewal of the Policy, invalidate any endorsement to the Policy or be cause for legal action against the Insurer. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: CNA83699XX (11-2015) © Copynght CNA All Rights Reserved. Policy No: AEH2a8354410 Attachment Code: D573131 Certificate ID: 16860979 POLICY NUMBER: BAP 9730571 Notification to Others of Cancellation, Nonrenewal or Reduction of Insurance THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this Coverage Part is reduced or restricted, except for any reduction of Limits of Insurance due to payment of claims, we will mail or deliver notice of such reduction or restriction: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Number of Days Notice: Organ izatiors : All certificate holders where notice of cancellation is 60 required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. U-CA-811-A CW (05/10) Attachment Code: D573122 Certificate M: 16860979 POLICY NUMBER: GLO 9730569 Notification to Others of Cancellation, Nonrenewal or Reduction of Insurance THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel or non -renew this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this Coverage Part(s) is reduced or restricted, except for any reduction of Limits of Insurance due to payment of claims, we will mail or deliver notice of such reduction or restriction: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Number of Days Notice: Organ izations : All certificate holders where notice of cancellation is 60 required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. U-GL-1447-A CW (05/10) Attachment Code: D573124 Certificate ID: 16860979 COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34 NOTIFICATION TO OTHERS OF CANCELLATION, NONRENEWAL OR REDUCTION OF INSURANCE ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel or non -renew this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non -renewal to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation or non -renewal, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If coverage afforded by this policy is reduced or restricted, except for any reduction of Limits of Liability due to payment of claims, we will mail or deliver notice of such reduction or restriction to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if indicated in the Schedule below. D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) I Organ izations : Number of Days Notice: All certificate holders where notice of cancellation is required b written contract with the Named Insured 60 All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Policy No. WC 9730570 Insured CAROLLO ENGINEERS, INC. Insurance Company Zurich American Insurance Company WC 99 06 34 (Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance. Inc with its permission Attachment Code: D573125 Certificate ID: 16860979 POLICY NUMBER: BAP 9730571 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom or which you are required to provide additional insured status or additional insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except where such contract or agreement is prohibited by law. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA20481013 Attachment Code: D573129 Certificate ID: 16860979 POLICY NUMBER: GLO 9730569 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization, other than an architect, Any Location or project, other than a wrap-up or other engineer or surveyor, whom you are required to add as consolidated insurance program location or project for an additional insured under this policy under a written which insurance is otherwise separately provided to contract mark or written agreement executed prior to you by a wrap-up or other consolidated insurance loss. program Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. CG20371219 Attachment Code: D579070 Certificate ID: 16860979 POLICY NUMBER: GLO 9730569 Other Insurance Amendment - Primary and Non -Contributory THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW (04/13) Attachment Code: D573128 Certificate ID: 16860979 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed.04-B4) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization you are required to waive your rights of recovery in a written contract, agreement or permit with the Named Insured. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC 9730570 Insured CAROLLO ENGINEERS, INC. Insurance Company Zurich American Insurance Company WC000313