HomeMy WebLinkAboutA6789 - BSE ENGINEERING INC - ON-CALL ELECTRICAL ENGINEERING SVCS CITY OF PALM SPRINGS
PROFESSIONAL SERVICES AGREEMENT
ON-CALL ELECTRICAL ENGINEERING SERVICES
THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and
entered into, to be effective this 21" day of October , 2015,by and between the CITY
OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as
"City") and BSE Engineering, Inc., a California corporation (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" Electrical Engineering
Services for a variety of future public works projects, (hereinafter the "Project").
B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Electrical
Engineering Services for a variety of future public works 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 CONTRACTOR
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"). As a material inducement to the City entering into this Agreement,
Consultant represents and warrants that this Agreement requires specialized skills and abilities and is
consistent with this understanding, Consultant is a provider of first class work and professional services
and that Consultant is experienced in performing the Work and Services contemplated herein and, in
light of such status and experience, Consultant covenants that it shall follow the highest professional
standards in performing the Work and Services required hereunder. For purposes of this Agreement,
the phrase "highest professional standards" shall mean those standards of practice recognized as high
quality among well-qualified and experienced professionals performing similar work under similar
circumstances.
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; and, (4)
the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively
referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's
Page 1 of 18
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, 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: (15) the terms of this
Agreement; (2"d) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to
time; (3`d) the provisions of the City's Request for Proposal (Exhibit "B°); and, (4th) 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.
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 and Services 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 and Services 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 and Services 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.
1.6 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 the City Engineer of the City, 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
Page 2 of 18
additional work beyond that specified in theScope 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 this Agreement.
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 and/or services 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 scope of services required by this Agreement will vary dependent upon the number, type, and
extent of the services or work 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 city projects requiring
the Consultant's services has not been identified for this contract, City and Consultant hereby
acknowledge and agree that a specific "Maximum Contract Sum" 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 or a Purchase Order authorized by the City
Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to
this Agreement, the Consultant shall be compensated in accordance with the "Schedule of
Compensation" attached hereto as Exhibit "Y and incorporated herein by this reference.
The method of compensation 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
"D", 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 city projects requiring the Consultant's services throughout the duration of
the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with
separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment
amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit
"D". Consultant's compensation shall be limited to the amount identified on each separate, individually
authorized Task Order corresponding to a city project requiring the services of the Consultant.
Page 3 of 18
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 (pursuant to Schedule "D") necessary for city projects. Subject to existing cost limits
established by municipal code.
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 Scope. 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 work or services and
Consultant shall not be entitled to payment for any work or 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.
3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this
Agreement upon receipt of a written notice to proceed 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 period(s) specified in the Schedule of Performance for
performance of the Services rendered pursuant to this Agreement shall be extended because of any
delays due to unforeseeable causes beyond the control and without the fault or negligence of the
Consultant(financial inability excepted), including, but not limited to, acts of God or of the public enemy,
unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes,
freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant,
within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the
Page 4 of 18
causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the
time for performing the Services for the period of the enforced delay when and if in the judgment of the
City Manager such delay is justified. The City Manager's determination shall be final and conclusive
upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages
against the City for any delay in the performance of this Agreement, however caused, Consultant's sole
remedy being extension of the Agreement pursuant to this section.
3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement
shall continue in full force and effect through December 31, 2018. 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 Representative 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: Alan J. Brown, 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 carry out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge,
capability, expertise, and reputation of Consultant, its principals and employees, were a substantial
inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the
performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by
operation of law, without the prior written consent of City. Consultant shall not contract with any other
entity to perform the Services required under this Agreement without the prior written consent of City. 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 subcontractor(s) in the same manner as it is for
persons directly employed. Nothing contained in this Agreement shall create any contractual
relationships between any subcontractor 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.
Page 5 of 18
4.4 Independent Contractor.
A. The legal relationship between the Parties is that of an independent contractor,
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, subcontractors, or agents, Consultant shall indemnify City for all such financial
obligations.
5. INSURANCE
5.1 Types 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
Page 6 of 18
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 subcontractors, 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 contractors, 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. Employer Liability Insurance. Consultant shall obtain and maintain, in full farce
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.
Page 7 of 18
6.2 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:
5.3.1 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.
5.3.2 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.
5.3.3 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.
5.3.4 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.
5.3.5 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.
5.3.6 Consultant agrees to ensure that subcontractors, 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 subcontractors and others engaged in the Project will
be submitted to the City for review.
5.3.7 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
Page 8 of 18
imposes any additional obligations on the City nor does it waive any rights hereunder in
this or any other regard.
5.3.8 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.
5.3.9 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.
5.3.10 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.
5.3.11 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.
5.3.12 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:
Page 9 of 18
1. "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).
2. "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 ail work
performed with the City' may be included in this statement).
3. "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.
4. 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, from any violation of
any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant,
its officers, employees, representatives, and agents, that arise out of or relate to Consultant's
performance under this Agreement. This indemnification clause excludes Claims arising from the sole
negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and
volunteers. 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. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party
to this Agreement.
6.2 Design Professional Services Indemnification and Reimbursement. If the
Agreement is determined to be a "design professional services agreement" and Consultant is a "design
professional" under California Civil Code Section 2782.8, then:
A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's
sole cost and expense), protect and hold harmless City and its elected officials, officers, employees,
Page 10 of 18
agents and volunteers and all other public agencies whose approval of the project is required,
(individually "Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims,
judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively
"Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's
employees included) and damage to property, which Claims arise out of, pertain to, or are related to the
negligence, recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors,
or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term,
provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for
Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness
or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers.
B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures,
including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified
Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant
shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the
Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not
Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise
out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim
and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation
hereunder shall survive the expiration or earlier termination of this Agreement until all actions against
the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the
applicable statute of limitations or, if an action is timely filed, until such action is final-
C. Consultant shall require all non-design-profession sub-contractors, used or sub-contracted by
Consultant to perform the Services or Work required under this Agreement, to execute an
Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the
Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors,
used or sub-contracted by Consultant to perform the Services or Work required under this Agreement,
to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as
well as any other insurance that may be required by Contract Officer.
7. REPORTS AND RECORDS
7.1 Accounting 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 and Services 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 or Services 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.
Page 11 of 18
7.3 Ownership of Documents. All drawings, specifications, reports, records, documents,
memoranda, correspondence, computations, and other materials prepared by Consultant, its
employees, subcontractors, 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
subcontractors 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 Inspection 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 1654) 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 for its convenience at any time,
without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such
notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt
of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice
Page 12 of 18
provides otherwise. Thereafter, Consultant shall have no further claims against the City under this
Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the
City an invoice for work and services performed prior to the date of termination. In addition, the
Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty
(60) days written notice to the City, except that where termination is due to material default by the City,
the period of notice may be such shorter time as the Consultant may determine.
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 Legal 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.
Page 13 of 18
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. To the extent authorized by law, in the event of a dismissal by the plaintiff or
petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or
hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding.
9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
9.1 Non-liability of City Officers and Emplovees.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. No officer or employee of the City shall have any financial interest,
direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision
relating to the Agreement which effects his financial interest or the financial interest of any corporation,
partnership, or association in which he/she is, directly or indirectly, interested in violation of any state
statute or regulation. Consultant warrants that it 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 Against Discrimination. In connection with its performance under this
Agreement, Consultant shall not discriminate against any employee or applicant for employment
because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall
ensure that applicants are employed, and that employees are treated during their employment, without
regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions
shall include, but not be 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.
10. MISCELLANEOUS PROVISIONS
10.1 Patent and Copyright Infringement.
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
Page 14 of 18
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, instant messages
are not acceptable manners of notice required hereunder. Notices or other communications shall be
addressed as follows:
To Ci City of Palm springs
Attention: City Manager
3200 E. Tahquitz Canyon Way
Palm springs, California92262
Telephone: (760) 323-8204
Facsimile: (760) 323-8332
To Consultant: BSE Engineering, Inc.
Attention: Alan J. Brown r,
10680 Treena Street, Suite 100, PAT%l
Telephone: (858) 279-2000 U
Facsimile: (858) 279-2626
Email: abrown@bseengineering.com
10.3 Entire Agreement. This Agreement constitutes the entire agreement between the
Parties and supersedes 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
Page 15 of 18
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.
(SIGNATURES ON FOLLOWING PAGE)
Page 16 of 18
IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day
and year first above written.
ATTEST: CONTENTS APPROVED:
CITY OF PALM SPRINGS, CA
City Clerk Cit er
Date: I I t z 5 f xo 15 Date:
If Ip, ity Engineer
Date: 4� t /I
APPROVEIJA,S TO FORM: APPROVED BY CITY COUNCIL:
CityAttorney
By ` Date: A0. •Agreement No. AM
/ /
Date: !/ I;,. S Sri
CONSULTANT
Name: BSE Engineering, Inc.
Check one. _Individual_Partnership X Corporation
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: 10680 Treena Street, Suite 100
San Diego, CA 92131
B : By:
Signature (notarized) Sign ure (n tarized)
Name:� ' ��—��c�a✓Name:Ato," SY-6
Title: Pr" Title: L/rc o_ {lrejel-k_
f
Page 17 of 18
CALIFORIM ALLAPE1RP041E ACKNOWLEDGMENT CFVIL CODE§Y18g
A namy print w otar dfcw oonpk6ng the cartlirsba vwLee any the i brl*W tm ihdnidiml atm ZVmd tha
document to WhichthM CQVECSW b wmdad and not lrm vulhkka wmvmcy.or reift of that donnart.
4/• (/�-�, nB-1�GLsvl ri
Name end True of Cs
perky appewed .�7G7•+�Lt. ,C�-�Irf%iilti�7Lli>✓ -�r7cer/ aYs�
who Prayed.b ma m thB of story evidence to ba th p..*) wtrosm *1� .
submMlmp to the within kmbunwd aid Asia ledpad to Nuatiwrdnm'tlfey killed ti1B•sema in
1mIMmFaiCmdmd capackyfma).and Owl by hhOwwAhei dpr s)on the kudmff hmd the persm(s).
or the entity upon b~of wWch tim paman(s)acted,cast.tic iraA..L
I cwtiry ceder PEIUN_TY OF PERAMY carder,"Baca
of the Sfax of CaNibr nm trot thwfdregcft paragraph
is true end corrwL
BE9ERLEY J.CRDS WITNESS my hwd a ir)BOLL
COMM. #1958264 =
i i Notary Public California
San Diego County Si��
Cann.Ex im Od.27,201 ofAbtwy Pubrm
Place Nebwy Seer Above
OPTN.INA1_
Though this ascd c la apffunwr com b ng this mebmm w catn deter auwuffm oft he doorm+wd or
lrandrrerrt rsetbachmerd of this Lamm fo am urmlerrded doc rnent
Description of At�dhed p
rife or Type of Doamwnt h �ddra' -duµtec QA'f/e-.• Docmad Data:
Nwnber of Pegeer 11? Signw(s) Other Than Nam d Rhos:
Qgr ac71 Nwn GI nmd by s mO.{a�
Signers Nwne� tea av'eigrera Nacre_ v
A Ocrpprala Officer—Tile(e}: �Gorpora>e Oi6cer— OW-
[ Parbmr— O United ❑Gwmrel ❑Partrtw— ❑L knrted ❑Dermrat
❑Indh*knd ❑Aibmey in Fad ❑hhdividad ❑AtfnmraY in Fact
❑Trusbm ❑ahmrdm or Ocrrsa vsh r ❑Tnmlae ❑Ouardm or C xmm vator
❑Other ❑oft r.
Sigrmr N RepreeenbRW Sgnw to Rspre nfmg_
CM14 hWbo nal lOnbuy A mbm-m Robe m ktdwy ag•1-000.1tS NDTAW(1-BOQBTB-BB27) Ram fbW
Page 1S of 18
EXHIBIT "A"
SCOPE OF SERVICES
Consultant shall provide As-Needed, On Call Electrical Engineering Services to the City of Palm
Springs. These services will be on an intermittent as-needed basis. The scope of work is generally
described as follows:
The SCOPE OF SERVICES and principal responsibilities may include, but are not limited to, the
following: (all services may or may not be necessary on each project)
1. Electrical engineering and design services associated with new public buildings and facilities
2. Electrical engineering and design services associated with remodeled or rehabilitated public
buildings and facilities
3. Electrical engineering and design services associated with decorative street lighting and
associated improvements
4. Act as the City of Palm Springs representative on contract document interpretation and
related contract matters during construction of projects.
Typical duties may include, but are not limited to the following:
1. Prepare or examine engineering plans, specifications, designs, cost estimates, bid
proposals for a variety of construction and maintenance projects.
2. Serve at the discretion/direction of City Engineer or his designee on a variety of construction
or capital improvement projects including difficult engineering work.
3. Represent the City in meetings with contractors, developers, other agencies or the public.
4. Review/evaluate complex plans prepared by developers, consultants, utilities and others.
5. Perform contract administration functions, negotiations on behalf of the City, and
recommend change orders when applicable.
It will be the responsibility of the successful firm(s) or consultant(s) to determine the necessary staffing
level required to perform the scope of services. 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.
Material testing and field inspection services are NOT part of the scope of services under this
agreement and will be contracted for separately as needed. The successful firm(s) or consultant(s)will,
however, be required to work closely with and coordinate these efforts with the contracted firms
providing such services on each project.
END OF EXHIBIT"A"
EXHIBIT "B"
CITY'S REQUEST FOR PROPOSALS
CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE
7ALM
V. i xz-'
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS#09-15 for
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
Request for proposals (RFP 09-15), for as needed, on-call, professional Electrical Engineering and
Design Services to the City of Palm Springs, CA will be received at the Office of Procurement &
Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME,
WEDNESDAY, JULY 15, 2015. It is the responsibility of the Proposer to see that any proposal sent
through the mail, or any other delivery method, shall have sufficient time to be received by this specified
date and time. The receiving time in the Procurement Office will be the governing time for acceptability
of RFP proposals. Telegraphic, telephonic, faxed, emailed or other electronic or media transmission of
RFP proposals will not be accepted. Late RFP proposals will be returned unopened. Failure to
register as a Proposer to this RFP process per the instructions in the Notice Inviting Request for
Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other important
information pertaining to this process. Failure to acknowledge Addenda may render a proposal as
being non-responsive. We strongly advise that interested firms officially register per the instructions
provide in the Notice.
1. BACKGROUND INFORMATION AND GENERAL DESCRIPTION
The City is seeking proposals from qualified professional Electrical Engineering firms to establish a list
of firms to work on a variety of projects within the City boundaries. The city anticipates that projects will
range from various electrical engineering and design services associated with new public buildings and
facilities, as well as remodeled or rehabilitated facilities. The size and range of projects is unknown at
this time as projects will be assigned as they are budgeted and approved by the City Council each
fiscal year and then programmed by the Public Works Department.
The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over
48,000. Note that projects utilizing Federal Funds and special grant sources may not be covered by
this RFP. Cost estimates for any of the potential projects are not available at this time as the projects
are not yet approved. The City exclusively reserves the right to select and assign a successful
firm from the RFP process (or firms if desired) for each project as it determines is in the best
interest of the City and the specific project. As the projects remain unapproved at this time and
will vary in size and scope, there is no guarantee of work nor is there any implied or promised
rotation method for project assignments.
2. PROJECT OBJECTIVE AND SCHEDULE
The objective of this solicitation is to hire a firm(s) or individual(s) to provide, on an as-needed basis,
electrical engineering and design services for various projects on behalf of the City.
Electrical Engineering and design services are expected to be required over the next five-year period
and a contract(s) shall be negotiated for whatever term is determined to be in the best interests of the
City.
RFP SCHEDULE
Notice for Request for proposals posted and issued .............................................. June 16, 2015
Deadline for receipt of Questions .........................................3:00 P.M., Tuesday, July 7, 2015
Deadline for receipt of Proposals.................................. 3:00 P.M., Wednesday, July 15, 2015
Short List/ Interviews, *if desired by City.............................................................to be determined
Contract awarded by City Council........................................................................to be determined
NOTE. There will NOT be a pre-proposal conference for this procurement.
*Dates above are subject to change.
3. SCOPE OF SERVICES
The SCOPE OF SERVICES and principal responsibilities may include, but are not limited to, the
following: (all services may or may not be necessary on each project)
5. Electrical engineering and design services associated with new public buildings and facilities
6. Electrical engineering and design services associated with remodeled or rehabilitated public
buildings and facilities
7. Electrical engineering and design services associated with decorative street lighting and
associated improvements
8. Act as the City of Palm Springs representative on contract document interpretation and
related contract matters during construction of projects.
Typical duties may include, but are not limited to the following:
6. Prepare or examine engineering plans, specifications, designs, cost estimates, bid
proposals for a variety of construction and maintenance projects.
7. Serve at the discretion/direction of City Engineer or his designee on a variety of construction
or capital improvement projects including difficult engineering work.
8. Represent the City in meetings with contractors, developers, other agencies or the public.
9. Review/evaluate complex plans prepared by developers, consultants, utilities and others.
10. Perform contract administration functions, negotiations on behalf of the City, and
recommend change orders when applicable.
It will be the responsibility of the successful firm(s) or consultant(s) to determine the necessary staffing
level required to perform the scope of services. 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.
Material testing and field inspection services are NOT part of the scope of services under this
agreement and will be contracted for separately as needed. The successful firm(s) or consultant(s)will,
however, be required to work closely with and coordinate these efforts with the contracted firms
providing such services on each project.
4. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume
this prior work is known to the evaluation committee. All firms are evaluated solely on the information
contained in their proposal, information obtained from references, and presentations if requested. All
proposals must be prepared as if the evaluation committee has no knowledge of the firm, their
qualifications or past projects.
5. SELECTION PROCESS AND EVALUATION CRITERIA
The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide
the professional services requested by this RFP. The City shall review the proposals submitted in
response to this RFP, and a limited number of firms may be invited to make a formal presentation at a
future date, if desired by the City. The format, selection criteria and date of the presentation will be
established at the time of short listing. Preparation of proposals in reply to this RFP, and participation
in any future presentation is at the sole expense of the firms responding to this RFP.
This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms
should take note that the City will consider multiple criteria in selecting the most qualified firm(s).
Consistent with Federal, State and Local laws for the acquisition of professional services, price is NOT
an evaluation criteria. Cost proposals submitted in separate sealed envelopes are not opened, nor
considered during proposal evaluations. Upon selection of the most qualified firm(s), the associated
cost proposal will be used as a basis for contract negotiations. Contracts shall be negotiated on the
basis of the submitted Cost Proposal, and in consideration of reasonable and mutually agreed project
costs and time requirements. Should successful negotiations not occur with the highest ranked firm(s),
the City may, at its sole discretion, choose to enter into negotiations with the other firms in descending
ranking order, if so desired.
Firms are requested to submit their proposals so that they correspond to and are identified with the
following specific evaluation criteria:
A. Firm Qualifications, Experience and Background (35 POINTS):
B. Understanding Electrical Engineering services (35 POINTS):
C. References and Experience with Projects of Similar Size and Scope (25 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 DA 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.
6. PROPOSAL CONTENTS AND SPECIAL CONDITIONS
Firms are requested to format their proposals so that responses correspond directly to, and are
identified with, the specific evaluation criteria stated in Section 5 above. The proposals must be in an
8 % X 11 format, minimum 1Opt font size, minimum %" margins, and may be no more than a total
of twenty five (25) pages (sheets of paper, double sided is Ohl, including a cover letter,
organization chart, staff resumes, appendices, and any exceptions to language, sample agreement, or
insurance requirements. NOTE: Dividers, Attachment "A", Addenda acknowledgments, and the Cost
Proposal (*in a separate sealed envelope) do NOT count toward the 25 page limit. Interested firms
shall submit SIX (6) copies (one marked "Original" plus five (5) copies) of both your
Technical/Work Proposal and your Cost Proposal, and one (1) Thumb Drive or CD of the entire
proposal, by the deadline.
All proposals shall be sealed within one package and be clearly marked, "RFP #09-15, REQUEST FOR
PROPOSALS FOR ON-CALL ELECTRICAL ENGINNERING AND DESIGN SERVICES". Within the
sealed proposal package, the Cost Proposal shall be separately sealed from the Qualifications/Work
Proposal. Proposals not meeting the above criteria may be found to be non-responsive.
Each proposal package must include two separately sealed envelopes:
ENVELOPE #1, clearly marked "QualificationsMork Proposal", shall include the following
items:
• Completed Signature authorization and Addenda Acknowledgment(see Attachment A)
• Your response to the evaluation Criteria A through D as provided below.
ENVELOPE #2, clearly marked "Cost Proposal", shall include the following item:
• List the current 2015 hourly rate for all classifications of personnel who may work on a City Project.
• 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 services.
• The City shall include a provision in the final agreement with the selected firm(s) for annual CPI
adjustments of the hourly rates after the first year of contract execution. Annual cost-of-living
adjustments, if any, shall be based on the Consumer Price Index (CPI) for All Urban Consumers,
for Los Angeles-Riverside-Orange County, CA.
• Do NOT include Attachment "A" in the Cost Proposal envelope. Attachment "A" is to be
included in Envelope#1, Qualifications/Work Proposal.
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
AA 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 electrical engineering services for public
agencies.
A.4 List the name, current valid licenses numbers, qualifications and availability of the key staff/team
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 ELECTRICAL ENGINEERING METHODOLOGY
13.1 Describe in detail the steps that your firm would follow to provide on-call electrical engineering
and design services, including your work plan process and methodology.
13.2 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 project.
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 project, carried out in a desert environment, for which your firm and the staff proposed
for this contract provided electrical engineering and 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 potential projects that were briefly described in Section 1 "Background and General
Information", please comment on, and identify, any potential problems (if any) associated with these
projects that you anticipate based only on the limited information provided, and how you would work
with City staff to avoid or resolve them.
SECTION C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND SCOPE
CA Provide a minimum of three (3) references for recently completed Electrical Engineering Services
for projects of a similar size and scope where the key personnel identified above provided the
professional services required. At least two (2) of the references shall be for public/government agency
projects, preferably in a desert climate. Provide contact information, including full name and a current
phone number, for each project identified.
C.2 For the 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 it employs for this project) from a jurisdiction in the Coachella
Valley with its proposal.
D.2 List all team members with local expertise. Clearly define their role in the overall project.
DEADLINE FOR SUBMISSION OF PROPOSALS: All proposals must be received in the City of Palm
Springs, Division of Procurement and Contracting office by 3:00 P.M., LOCAL TIME, WEDNESDAY,
JULY 15, 2015. Proof of receipt before the deadline is a City of Palm Springs, Department of
Procurement and Contracting time/date stamp. It is the responsibility of the Proposer to see that any
proposal sent through the mail, or by any other method, shall have sufficient time to be received by the
Procurement Office prior to the proposal due date and time. Late proposals will be returned to the
Proposer unopened. Proposals shall be clearly marked and identified and must be submitted in
a sealed package to:
City of Palm Springs
Department of Procurement and Contracting
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn: Craig L. Gladders, C.P.M., Procurement & Contracting Manager
PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY, AND THEREFORE
IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY PROPOSALS ON FRIDAYS (OR
WEEKENDS AND HOLIDAYS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING
A PROPOSAL BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT.
QUESTIONS?: Proposers, 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 RFP other than
as directed below. Contact with anyone other than as directed below WILL be cause for
rejection of a proposal.
ANY questions, technical or otherwise, pertaining to this request for Request for proposals
must be submitted IN WRITING and directed ONLY to:
Crai9 L. Gladders C.P.M.
Procurement & Contracting Manager
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Craiq.Gladders(a�palmspringsca.gov
Interpretations or clarifications considered necessary in response to such questions will be resolved by
the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time,
Tuesday, July 7, 2015. Questions received after this date and time may not be answered. Only
questions that have been resolved by formal written Addenda via the Division of Procurement and
Contracting will be binding. Oral and other interpretations or clarifications will be without legal or
contractual effect.
FORM OF AGREEMENT: The successful firm(s) 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 — provided as Attachment "B" hereto. Please note that the
Exhibits in the sample contract are intentionally not complete and will be negotiated with the selected
firm and will appear in the final Professional Services Agreement executed between the parties. Any
exceptions to the language contained in the RFP document, sample agreement, including the
Insurance Requirements, MUST be included in the proposal and clearly defined and may be
considered in the evaluation process.
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 firm refuses or fails to execute the Agreement, or negotiations are not successful, the City may,
at its sole discretion, enter negotiations with and award the Contract to the second highest ranked firm,
and so on.
AWARD OF CONTRACT: It is the City's intent to award multiple contracts to firms that can provide
the on-call services identified in the RFP document. However, the City reserves the right to award a
contract to multiple Proposers or to a single Proposer, or to make no award, whichever is in the best
interest of the City. It is anticipated that award of the contract(s) will occur at the next regularly
scheduled City Council meeting after the evaluation committee has made its final selection of the
firm(s) to be recommended for award and a contract has been negotiated and agendized for
consideration. The decision of the City Council will be final. The City exclusively reserves the right
to select and assign a successful firm from the RFP process (or firms if desired) for each
project as it determines is in the best interest of the City and the specific project. As the
projects remain unapproved at this time and will vary in size and scope, there is no guarantee of
work nor is there any implied or promised rotation method for project assignments.
Please note: this RFP does not necessarily identify each specific, individual task required to
successfully and completely implement this proposed scope of services. The City of Palm Springs
relies on the professionalism and competence of the selected firm to be knowledgeable of the general
areas identified in the scope of work and to consider in its proposal all materials, equipment, required
tasks and subtasks, personnel commitments, man-hours, labor, direct and indirect costs, etc. The City
of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a
substantial change from the general scope of work identified in this RFP and the resulting final
negotiated scope and pricing.
RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive
any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all
proposals and to cancel all or part of this RFP and seek new proposals, 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 Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the insurance
provisions BEFORE they submit their proposal.
RESPONSIBILITY OF PROPOSER: All firms responding to this RFP 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 RFP without an
authorized signature, falsified any information in the proposal package, etc.), the proposal 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 after the City's negotiations are completed, and staff has recommended to the City Council
the award of a contract to a specific firm, but before final action is taken by the City Council to award
the contract.
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 proposal 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 proposal 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 Citywill not, under an circumstances, incur any expenses, or be
Y
responsible for any damages or losses incurred by a party submitting a proposal 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 proposal or other information or documents submitted to the City as part of this RFP process.
NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE
INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY
INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NON-RESPONSIVE.
COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs
incurred by any firm responding to this RFP in the preparation of their proposal or participation in any
presentation if requested, or any other aspects of the entire RFP 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 RFP. 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 RFP 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 proposal 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.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal
shall be valid for a period of 120 calendar days from the due date of proposals.
SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to
mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in
all of the sheets which make up this Request for Proposals, and any attached sample agreement.
Exceptions to any of the language in either the RFP documents or attached sample agreement,
including the insurance requirements, must be included in the proposal and clearly defined. Exceptions
to the City's RFP 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.
INSURANCE: Insurance provisions are contained in the Professional Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the insurance
provisions BEFORE they submit their qualifications.
ATTACHMENT "A"
RFP 09-15 for ON-CALL ELECTRICAL ENGINEERING DESIGN SERVICES
*NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN ENVELOPE #1,
"QUALIFICATIONSlWORK PROPOSAL"*
SIGNATURE AUTHORIZATION
NAME OF PROPOSER/FIRM:
A. I hereby certify that I have the authority to offer this proposal 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 proposal.
SIGNATURE
PRINT NAME
B. The following information relates to the legal contractor listed above, whether an individual or a
company. Place check marks as appropriate:
1. If successful, the contract language should refer to me/my company as:
An individual;
A partnership, Partners' names:
_A company;
A corporation
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
A Local Business (Licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
2. My tax identification number is:
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the
acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s) # is/are hereby acknowledged.
END OF EXHIBIT "B"
EXHIBIT "C"
CONSULTANT'S PROPOSAL
CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE
BSE ENGINEERING
A Woman-Owned Small Business Enterprise
Designing Your Sustainable Future!
City of Palm Springs
BALM Sp
eti
ATO
r
•q .
Cql t FO RN�P
STATEMENT OF QUALIFICATIONS (SOQ)
RESPONSE TO
REQUEST FOR PROPOSAL (li #09-15 FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
July 15, 2015
BSE Engineering, Inc.
10680 Treena Street, Suite 100
San Diego, CA 92131
www.BSEengineering.com
858.279.2000 Tel
858.279.2626 Fax
RFP#09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES 4�a
•C,/4oeM��, BSE ENGINEERING
S A
COVERLETTER........................................................................................................................................................2
FIRMHISTORY.........................................................................................................................................................3
SECTION A: FIRM QUALIFICATION, PROJECTTEAM, EXPERIENCE AND BACKGROUND........................................4
SECTION B: UNDERSTANDING ELECTRICAL ENGINEERING METHODOLOGY.......................................................15
SECTION C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND SCOPE................................22
SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM .........................................................................24
Designing Your Sustainable Future
60
RFP#09-15,REQUEST FOR PROPOSAL FOR
,,. ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
0 �i.
�cgt,�aN`p 65E ENGINEERING
July 15,2015
Craig L.Gladders,C.P.M.,Procurement&Contracting Manager
Department of Procurement and Contracting
3200 E.Tahquitz Canyon Way
Palm Springs,CA 92262
Subject: Response to Request for Proposal(RFP)#09-15
for On-Call Electrical Engineering and Design Services
Thank you kindly for this opportunity! I am the Vice President and CFO of BSE Engineering, Inc., a San Diego
based woman-owned, 48 year old, multi-disciplinary small business. BSE provides in-house Mechanical,
Electrical, Plumbing and Energy Engineering Services. As the Principal Electrical Engineer at BSE
Engineering, I will be your primary point of contact.
What makes BSE unique is our proven ability to bridge the gap between the"Energy Engineering concepts"
and the actual "MEP Engineering Designs'. We bring energy efficiency ideas to life! BSE Engineering's in-
house staff consists of registered mechanical engineers (Mechanical PE), registered electrical engineers
(Electrical PE)and certified commissioning agents (CxA). Our professional staffs have been awarded specific
certificates in various areas of energy efficiency which include the following: certified energy managers
(CEM), certified demand side mangers (COSM), LEED accredited professionals (LEED API80 c'), LEED green
associates (LEED GA), building energy assessment professionals (BEAP) and certified energy auditors (CEA).
Collaboration within this team of experts has given USE a distinct advantage over the competition.
BSE engineering has extensive experience working with various governmental agencies , including but not
limited to City of San Diego, City of National City, City of Chula Vista, City of Poway, City of Coronado and
City of Brawley.
Since the firm's incorporation in 1967, BSE Engineering has worked on over 3000 multi-disciplinary projects
either as a prime or as a sub-consultant firm. Well over 1000 of the completed projects have been prime
agreements with various public agencies, including Port of San Diego and the County of San Diego. The BSE
Engineering staff is experienced, efficient, creative, flexible, and dedicated to providing the best service
possible to its clients. As detailed in the attached Statement of Qualifications, BSE Engineering has
extensive experience within city and county government systems.
We have recently completed a project with Albert Miranda, Director of Facilities at Cypress Community
College District on three of their Prop 39 projects. Further, we completed a series of innovative energy
retrofit projects at the College of the Desert which included expansion of their central plant, conversion of
DX Cooling to chilled water and a major commissioning project. The District received over $600,000 in
energy efficiency incentives through the CCC/IOU Partnership. Two of our projects even received "Best
Practice Award"at the California Higher Education Sustainability Conference.
We look forward to being selected for an interview for this project so that we can further elaborate on our
capabilities.
Sincerely,
Alan J. Brown, PE, MBA, LEED AP
Vice President&CFO
Designing Your Sustainable Future Page 2 of 25
'�PLM tp
o is
3 N RFP p09-I5,REQUEST FOR PROPOSAL FOR
4�T n ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
�9�,FDap\P EISE ENaINeZRINO
f e
ESE Engineering, Inc. is an award-winning, forty-eight (48) year old, woman-owned and certified small
business located in the City of San Diego. ESE Engineering is a subchapter C corporation. BSE has specialized
in providing electrical consulting engineering services for governmental agencies and has successfully
completed well over 1000 complex prime electrical contracts.Our current clients include the Coachella Valley
Association of Governments, Palm Desert,Sunline Transit Agency,thousand Palms, Desert Community College
District, Palm Desert, Port of San Diego and the County of San Diego. BSE Engineering also has a history of
successfully completing projects for the City of San Diego.
The Principal Electrical Engineer, Alan Brown, PE, LEED AP, has been with BSE Engineering for over 28 years
and is the son of the Founding Principal, Vance Brown, PE, a WWII veteran. Mr. Alan Brown has provided
project planning and engineering studies for the numerous public agencies including the Port of San Diego and
the San Diego County Regional Airport Authority.
BSE Engineering, Inc. is experienced in providing system assessments, master planning, engineering studies,
in-house engineering support, peer reviews, plan check processing,construction documents, and construction
support services for large public facility environments and has extensive experience with city related
development.
BSE Engineering has a proven track record of completing
projects on time and on budget. The firm has extensive
experience with providing assessment and planning reports
to institutional and governmental clients.
BSE Engineering has an established procedure for Total
Quality Management (TQM) with the result of providing
clients with quality services as defined in terms of cost
control, product quality and schedule control. The firm's
TQM program is integrated into its every day work and
results in a smooth approach from project inception to close.
BSE Engineering greatly appreciates the City's Equal Opportunity Contracting Program (EOCP) and is
committed to providing an equal opportunity work force for this project. We are an SLBE firm and we use a
diverse work force through direct employment, as well as, through creating sub-contracting opportunities as
deemed appropriate on all prime contracts. Our highly qualified staff consists of a culturally and economically
diverse group which includes various nationalities,genders,and races.
The Principals and staff at BSE Engineering have extensive knowledge of local facilities,standards, and
procedures. Tetra Tech will provide expertise in water/waste water facilities that they have completed all
over the state and western region. Our team is designed to give the City of Palm Springs maximum value
while supporting small business and local grown engineering expertise.
Designing Your Sustainable Future g g Page 3 of 25
t PALM S 9i
i
� o RFP#09-15,REQUEST FOR PROPOSAL FOR
: .'� ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES -�
C4��FORN�P 6SE ENOINCCRIN6
SECTION A: FIRM QUALIFICATION, PROJECT TEAM, EXPERIENCE AND BACKGROUND
AA BSE Engineering,Inc.,C Corporation
858.279.2000 Tel
858.279.2626 Fax
Contact: Alan J.Brown
abrown@bseengineering.com
Incorporated in the State of California, November 30,1967
A.2 Alan J.Brown,Vice President&CFO has the authority to bind BSE Engineering, Inc., in a contractual
agreement.
A.3 BSE has specialized in providing electrical consulting engineering services for governmental agencies
and has successfully completed well over 1000 complex prime electrical contracts. BSE engineering
has extensive experience working with various governmental agencies , including but not limited to
the Cities of San Diego, National City, Chula Vista, Poway, Coronado and Brawley. As well as the
County and Port of San Diego. BSE Engineering's in-house staff consists of registered mechanical
engineers (Mechanical PE), registered electrical engineers (Electrical PE) and certified commissioning
agents (CxA). Our professional staffs have been awarded specific certificates in various areas of
energy efficiency which include the following: certified energy managers(CEM),certified demand side
mangers (CDSM), LEED accredited professionals (LEED AP18D 0), LEED green associates (LEED GA),
building energy assessment professionals (REAP) and certified energy auditors (CEA). Collaboration
within this team of experts has given BSE a distinct advantage over the competition.
AA
BSE ENGINEERING, INC.
KEY PERSONNEL YEARS OF LICENSES/PROFESSIONAL DESIGNATIONS
EXPERIENCE
✓ Registered Electrical Engineer
CA#E13353,AZ#26739, NV#10297
Alan J. Brawn, P.E., LEED AP(BD+C) 28 MN#52741, MO#PE-2015008159,
ID#16420
✓ LEED AP(BD+C)
✓ Certified Plan Reviewer
Bela Wouters, P.E. 40
✓ Registered Electrical Engineer
CA#E12852,AZ#45536
Gerry Sanner 28 ✓ Senior Electrical Engineer
✓ Registered Electrical Engineer
Erson Bolos, P.E.,LEED AP 9 CA#E19306
✓ LEED AP(BD+C)
Nam Nguyen 6 ✓ Design Engineer II
Designing Your Sustainable Future Page 4 of 25
vvnun s<
o PAS
° RFP#09-15,REQUEST FOR PROPOSAL FOR IDDI
+, ,'� ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
rq��fpaN�P UBE ENOIN[CRINO
A.0(continued)
The BSE Engineering Team is specifically structured to produce the best value engineering services. Our team
is experienced,efficient,creative,flexible,and dedicated to providing the best service.
PROJECT MANAGER QUALIFICATIONS
Mr.Alan Brown, P.E. will serve as Project Manager for the project. Mr. Brown has 28 years of experience and
has been project manager and lead engineer on over 650 prime and subconsultant projects. Mr. Brown has
lead projects and contracts as prime consultant for government agencies such as City of San Diego, County of
San Diego, Port of San Diego, San Diego County Regional Airport Authority, Department of Veterans Affairs,
Southwest Division Naval Facilities Engineering Command,various K-12 and Higher educational Facilities in the
State of California.
Mr. Brown has specialized in the electrical engineering of complex building and facility renovation and new
construction projects for public sector clients. Work on repair and renovation projects have included local
government (City, County and Port of San Diego) facilities, airport facilities, military facilities, water district
facilities, K-12 school facilities, college and university facilities, non-profit facilities, and private commercial
facilities.
Mr. Brown has demonstrated project leadership skills to serve the design team, City of Palm Springs and other
project stakeholders. His strong technical experience, hands-on involvement and knowledgeable support staff
will create a complete project from detailed design and construction documents to accurate field support
during construction.
Alan J. Brown P.E., LEED AP(BC+D) !I
Designing Your Sustainable Future Pages ofzs
Cf pPLM sp*1
i
;, � w RFP#09-15,REQUEST FOR PROPOSAL FOR
's. s ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
fi0•M�' 9.9E ENmINEERINQ
AA(continued)
ALAN BROWN — P.E., LEED AP (BD+C), PRINCIPAL-IN-CHARGE/VICE PRESIDENT
PROJECT ASSIGNMENT: Electrical/Principal-in-Charge
EXPERIENCE: With This Firm,28 years
EDUCATION: BSEE, 1987,CSU,Sacramento, Electrical Engineering(Power Option)
MBA, 1992, University of San Diego, Business Administration
REGISTRATION: Electrical Engineer,CA#E13353,AZ#26739&NV#10297
MN#52741, MO#PE-20150081S9 and ID#16420
2007—LEED BD+C Accredited Professional
Building Plans Examiner#1027131(International Code Council)
Alan J.Brown,P.E.has experience in the design and analysis of interior and exterior lighting systems,low and
medium voltage electrical systems,fire/life-safety systems,and other low voltage systems. Other experience
includes design of photovoltaic systems, LEED compliance for electrical systems,grounding,motor controls,
utility management systems,and distributed site lighting control systems. Mr. Brown is well experienced in
identifying code deficiencies,developing construction contract documents,and cost estimating.
Mr. Brown is also a member of the following professional organizations:
• International Association of Electrical Inspectors •National Fire Protection Association
• Illuminating Engineering Society(Past Chapter President) •IEEE Industry Application Society
•U.S.Green Building Council,San Diego Chapter •International Code Council
Buildings and Facilities-Repair and Alternations
• County of San Diego—County Administration Center Electrical Distribution System Repairs; Hall of Justice
UPS Replacement; Psychiatric Hospital Backup Power Modifications
• Cox Communications,San Diego,California—El Cajon MTC Elect Service Upgrade; Euclid Ave MTC Elect
Service&Generator Upgrade; Poway MTC Expansion; El Cajon UPS Upgrade;Arc Flash Study(10 Sites)
• Port of San Diego—Harbor Drive Street Lighting Upgrade; North Harbor Drive Realignment(Street&
Parking Lot Lighting);Tidelands Ave Improvements; 10`h Ave Marine Terminal—Crosby St Pier Utility
Modernization
• San Diego County Regional Airport Authority—Terminal 1 Electrical Upgrades; 12kV Electrical Upgrades/
Expansion; Upgrade IT Roams in all Terminals; Southside Parking Lots;SAN Park 2(parking);Washington
St Realignment; North Interior Roadway;West Wing Backup Generator; Maintenance Offices Renovation
• USS Midway Museum—Shore Power Service;Elect Expansion; Backup Generator for Smoke Control
Buildings and Facilities—New Construction
• City of San Diego—Fire Station#17(under design); Fire Station#29(San Ysidro);Carmel Valley Skate
Park;Scripps Ranch Villages Recreation Center;252 Corridor Park;Miramar Operations Center PV
Installation;Children's Cove Lifeguard Tower RFP
• County of San Diego—Lincoln Acres Library;San Pascual Academy Reconstruction (Escondido)
• City of Coronado—Coronado City Hall Complex(City Hall, Rec Center, Marina Upgrade,Site Ltg/Utilities)
• SANDAG—Del Lago Transit Station; Rancho Bernardo Transit Station
• City of Chula Vista—Mountain Hawk Park
Water/Wastewater Facilities
• City of San Diego—Mill Creek Stormwater Pump Station Plan Review; La Jolla Coastal Low Flow Plan
Review
• San Diego County Regional Airport Authority—Stormwater Pump Station
Designing Your Sustainable Future Page 6 of 25
a•vnua s•
4s
if ` °, RFP M09-15,REQUEST FOR PROPOSAL FOR
♦ ,n ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
�glirORNp BSE ENOINce RING
AA(continued)
GERRY SANNER—SENIOR ASSOCIATE
PROJECT ASSIGNMENT: Electrical Engineer
EXPERIENCE: With BSE,9 years;28 years Total
EDUCATION: 1986,DeVry Institute of Technology, Phoenix,Arizona
Gerry Sanner is experienced in the design of electrical distribution systems and building wiring for industrial,
commercial and institutional facilities. He has also provided detailed engineering drawings and specifications
for complex control systems for specialized installations in the power,medical and semi-conductor industries.
He is very familiar with agency electrical standards such as UL,CSA,TUV, IEEE,NEMA and NFPA. His
experience also includes design and troubleshooting of complex control circuits,grounding and power quality
issues.
Mr.Sanners control and instrumentation experience includes preparation of control ladder diagrams,
application and selection of control devices(i.e. relays,contactors,sensors including temperature,level and
thermal cut-out),and design of process specific control systems including level,flow, under and over voltage,
shunt trip,emergency power shut off,time-delay and logic functions with custom device programming.
Buildings and Facilities-Repair and Alternations
• San Diego County Regional Airport Authority—Terminal 1 Electrical Upgrades; 12kV Electrical Upgrades/
Expansion;Upgrade IT Rooms in all Terminals;Southside Parking Lots;SAN Park 2(parking);Washington
St Realignment;North Interior Roadway;West Wing Backup Generator,Maintenance Offices Renovation
• San Diego Zoo—Transportation Center Remodel
• USS Midway—Ship to Shore Feeder Cable Addition
• Rainbow Municipal Water District—Provided emergency generator for entire headquarters campus
Buildings and Facilities—New Construction
• San Diego Community College District—West City Center Satellite Campus(LEED Gold)
• San Diego Community College District—Educational Cultural Center Classroom and Administration
Building Additions
• MCAS Miramar—Golf Clubhouse,San Diego,CA(LEED Gold)
• State of California—DMV Field Office,San Ysidro,CA(LEED Gold)
• City of San Diego—Carmel Valley Skate Park
• City of San Diego—Construction of Fire Station No. 17,San Diego,CA
Water/Wastewater Facilities
• Helix Water District—Emergency Generator Services,San Diego,CA
Street Lighting
• Riverside Transit Association—Downtown Perris Transit Center
Sports Lighting
• San Diego Unified School District—Alba Middle School Basketball Court
• Grossmont Unified High School District—Alpine High School Football and Baseball Field
Security
• San Diego International Airport—North San Park 2 CCTV Camera Installation
• Riverside Transit Association—Corona Transit Center CCTV Camera Installation
Designing Your Sustainable Future Page 7 of 25
ppPlMs�s
;�, '° RFP#09-15,REQUEST FOR PROPOSAL FOR ��',r ,'� ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
q($�YN� BSE ENGINEERING
A.4(continued)
ERSON BOLOS— P.E., Electrical Engineer
PROJECT ASSIGNMENT: Electrical Engineer
EXPERIENCE: With BSE,9 years; SO years Total
EDUCATION: BSEE,2005,San Diego State University,San Diego,California
REGISTRATION: 2010—Professional Electrical Engineer,State of California,E19306
Erson Bolos, E.I.T.has experience in the engineering and design of interior and exterior lighting, lighting
controls,site and building electrical distribution systems,load calculations,and branch circuit wiring.Other
experience includes application and design of emergency and standby generator systems,grounding and
bonding,telecommunications infrastructure,Title 24lighting compliance, and cost estimating.
Buildin¢s and Facilities-Repair and Alternations
• San Diego County Regional Airport Authority—Terminal 1 Electrical Upgrades; 12kV Electrical Upgrades/
Expansion;Upgrade IT Rooms in all Terminals;Southside Interim Parking Lot;Reconstruction of Lot 8 San
Park Harbor Drive, Relocate Lot 6 Employee Parking,North SAN Park 2(parking);Washington St
Realignment;North Interior Roadway;West Wing Backup Generator; Remodel Board Room,
Maintenance Offices Renovation,Solid Waste Building
• USS Midway Museum—Shore Power Service; Elect Service Expansion; Backup Generator for Smoke
Control
• Department of Veteran Affairs—San Diego-Electrical Switchboard Upgrade,Sepulveda—B-103 and Dog
Area Install New Transformer and Switchboard,Sepulveda—B25 Electrical Deficiencies, Long Beach—
Electrical Equipment Replacement, Phase 2,Los Angeles—8222 Emergency Generator
• SANDAG—Rancho Bernardo Transit Station, Del Lago Transit Station
• San Pasqual Academy—San Pasqual Residence Reconstruction(LEED Platinum—Homes, LEER Gold—
Administration Building)
Buildines and Facilities—New Construction
• San Diego Community College District—West City Center Satellite Campus(LEED Gold);Educational
Cultural Center Classroom and Administration Building Additions
• NAVFAC—Miramar Golf Clubhouse(LEED Gold)
• Palomar College District—Children'sDevelopmentCenter
• County of San Diego—Lincoln Acres Branch Library and Community Room
• Camp Cuyamaca—Lodge and Dorms
Street Lighting
• City of Oceanside—Oceanside Pier Resort Street Lighting
• Riverside Transit Association—Downtown Perris Transit Center
• Department of Veteran Affairs—Sepulveda, Retrofit Street Lights
Sports Lighting
• San Diego Unified School District-Alba Middle School Basketball Court
• Grossmont Unified High School District-Alpine High School Football and Baseball Field
Security
• San Diego International Airport-Southside Interim Parking, Parking Lot 6 Camera Installation, Parking
Designing Your Sustainable Future Page 8of 25
RFP#09-15,REQUEST FOR PROPOSAL FOR ��
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
USE ENOIN[CRINO
PROJECTSECTION A: FIRM QUALIFICATION, •
USE Engineering, Inc., is experienced in providing system assessments, master planning, engineering studies,
in-house engineering support, peer reviews, plan check processing, construction documents, and construction
support services for large public facility environments and has extensive experience with city government
related development.
BSE Engineering specializes in the delivery of engineering services to local, •
state and federal agencies. BSE is familiar with design-bid-build,design-build,
RFP preparation, and construction administration processes. This '
understanding of electrical technical requirements and project delivery
methods provides a thorough basis for project planning and execution.
On this contract, BSE Engineering can provide expert staff extension
engineering support, peer review, plan check processing, and project
development as well as preparation of engineering assessments, reports,
feasibility studies, schematic designs, construction documents and
construction support services. The firm's experience and in-depth knowledge
of the airport facilities can be utilized as an in-house resource to provide
detailed and critical technical evaluations and guidance to the City of Palm
Springs on project development and implementation.
Below is a representative list of projects completed by BSE Engineering within the last ten years (' indicated
Prime contract).
MUNICIPAL AND COUNTY PROJECTS
City of Chula Vista—Mountain Hawk Park
City of Coronado—City Hall and Community Center Complex, Coronado, California
City of National City—City Hall Chiller/HVAC Replacement, National City,California
City of San Diego—Fire Station#17,San Diego,California(design complete)
City of San Diego—Carmel Valley Skate Park,San Diego,California
City of San Diego—Children's Cove Lifeguard Tower RFP,San Diego,California
City of San Diego—Fire Station#29,San Diego,California(LEED Gold Certified)
City of San Diego—Mill Creek Stormwater Pump Station, Electrical Plan Review,San Diego,California
City of San Diego—La Jolla Coastal Low Flow, Electrical Plan Review,San Diego,California
County of San Diego—Camp Cuyamaca Lodge&Dorm Buildings,California
County of San Diego—Lincoln Acres Library, National City,California(under construction)
County of San Diego—San Pasqua[Academy Reconstruction, Escondido,California(LEED Platinum)
County of San Diego—Fallbrook&Ramona Libraries RFP&Construction Support,California
County of San Diego—Psychiatric Hospital Backup Power Modifications,San Diego,California`
County of San Diego—County Admin Center(CAC) Electrical Repair Study,San Diego,California
County of San Diego—County Admin Center(CAC) Electrical Distribution Repairs,San Diego,California*
County of San Diego—Hall of Justice UPS Removal and Electrical Reconnection,San Diego,California*
SANDAG—DelLagoTransitStation,Escondido,California -
SANDAG—Rancho Bernardo Transit Station,San Diego,California
Designing Your Sustainable Future Page 9of 25
a v ynrM sq'i
RFP#09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
r4FFORH�* BSE ENCIINCERIN�
• QUALIFICATION, • • BACKGROUND
PORT OF SAN DIEGO PROJECTS
Port of San Diego—Crosby Street Pier Modernization, 10th Ave Marine Terminal,San Diego,California*
Port of San Diego—Wharf Extension,National City Marine Terminal,National City,California
Port of San Diego—Bulk Storage 121kV Electrical Service, loth Avenue Marine Terminal,San Diego,
California*
Port of San Diego—Demolition Bldg. 11, Navy Pier,San Diego,California(waiting funding for construction)
Port of San Diego—Refrigerated Container Switchgear, loth Avenue Marine Terminal,San Diego,
California*
Port of San Diego—Harbor Drive Street Lighting from Coast Guard Station To Broadway Pier,San Diego,
California*
Port of San Diego—Harbor Drive Realignment,San Diego,California
Port of San Diego—Imperial Beach Safety Center and Pier Plaza Improvements, Imperial Beach,California
COLLEGE AND UNIVERSITY PROJECTS
College of the Desert—Chiller Plant Retrofit, Palm Desert,California*
Palomar College—Child Care Center,San Marco,California (under design)
Palomar College—Baseball Field,San Marcos,California(waiting to fund construction)
San Diego Community College District—Educational Cultural Complex Expansion,San Diego,California
San Diego Community College District—West City Center Satellite Campus Building,San Diego,California
San Bernardino Community College District—Master Utility/Energy Plan,San Bernardino,California*
UCSan Diego—Mandell Weiss Theatre Emergency Lighting Upgrade, La Jolla,California*
UC San Diego—Canyonview Aquatics Center Expansion Peer Review,La Jolla,California*
UC San Diego Hillcrest Medical Center—Retrofit Normal Power Panelboards,San Diego, California*
UCSan Diego Hillcrest Medical Center—Capital Equipment Installation Projects
SAN DIEGO INTERNATIONAL AIRPORT PROJECTS
San Diego International Airport—12kV Electrical Expansion,San Diego,California(under design)
San Diego International Airport—12kV Electrical Upgrade,San Diego,California
San Diego International Airport—Washington Street Realignment,San Diego, California
San Diego International Airport—Parking Lots 6,8,San Park 2,San Diego,California
San Diego International Airport—Stormwater Pump Station,San Diego,California(waiting for funding)
San Diego International Airport—Terminal 1 Electrical Upgrade,San Diego,California*
San Diego International Airport—Install Standby Generator,West Wing Admin Bldg.,San Diego,California*
San Diego International Airport—Assess Airport Power Supply and Infrastructure,San Diego,California*
San Diego International Airport—Board Room Remodel,San Diego,California
San Diego International Airport—Maintenance Offices Tenant Improvement,San Diego,California
San Diego International Airport—ARFF Replace Bay Door&Crash Rescue System,San Diego,California*
San Diego International Airport—Cogeneration Feasibility Study,San Diego, California*
San Diego International Airport—Upgrade IT Equipment Rooms in All Terminals,San Diego,California
STATE AND FEDERAL PROJECTS
MICAS Camp Pendleton—Improve and Repair Hangar 2378,Camp Pendleton,California
MICAS Miramar—Golf Clubhouse(LEED Gold Certified)
MICAS Miramar—Simulator Training Facility Bldg.8656,San Diego,California
Naval Base San Diego—Relocate Afloat Network Operations Center,San Diego,California*
Designing Your Sustainable Future Page 10 of 25
`0*pPtAl Sp4
2
u �� N RFP p09-15,REQUEST FOR PROPOSAL FOR
' . <': ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
�4<�f�pH�P BSE EN®INEERING
97UALIFICATION, PROJECT TEAM, EXPERIENCE AND BACKGROUND
State of California Dept of Motor Vehicles—Field Office,San Ysidro,California(LEED Gold Certified)
VA San Diego Healthcare System—Emergency Power System Upgrade,San Diego,California*
VA San Diego Healthcare System—Normal&Emergency Power System Assessment Study,San Diego,
California*
VA West Los Angeles—Retrofit Street Lights, Los Angeles,California*
VA West Los Angeles—Install Backup Generator at Police Station, Bldg.222, Los Angeles, California*
OTHER PROJECTS
Beacon Sun Ranch—1 MW Photovoltaic System, Escondido,California*
Cox Communications—Euclid Ave Main Service&Generator Upgrade,San Diego,California*
Cox Communications—Upgrade Electrical Service, El Cajon,California*
Helix Water District—Headquarters Bldg. Emergency Generator Connection, La Mesa,California
Padre Dam Municipal Water District—Customer Service Center,Santee,California
Rainbow Municipal Water District—Main Campus Emergency Generator Addition, Fallbrook,California*
San Diego Revitalization Corp—City Heights Square Street Lighting,San Diego,California
San Diego Zoo Safari Park—Demonstration Wetlands,San Diego,California
San Diego Zoo Safari Park—Elevator Tower,San Diego,California
San Diego Zoo Safari Park—South Maintenance Building,San Diego,California*
San Diego Zoo Safari Park—Africa Tour Electrical Improvement,San Diego,California
San Diego Zoo—Monkey Trails Site Work&Exhibits,San Diego,California
San Diego Zoo—Transportation Center Expansion,San Diego,California
USS Midway Museum—Shore Power Electrical Service,San Diego,California*
USS Midway Museum—Electrical Expansion,San Diego,California(under construction)*
Valley Center Water District—Photovoltaic Systems at Tyler&Circle Pump Stations,Valley Center,
California
Designing Your Sustainable Future Page 11 of 25
°t pALM SpP
it
RFP#09-15,REQUEST FOR PROPOSAL FOR �\/j
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES -J
C4trF0•NAp BSE ENOINEERINr9
20. EXAMPLE
PROJECT
PROJECTSEXAMPLE BEST ILLUSTRATE .•• .• • TEAMI'SKEY NUMBER,
QUALIFICATIONS FOR THIS CONTRACT Sample Project
21. TITLE AND LOCATION(City and Slate) 22. YEAR COMPLETED
PROFESSIONALSEROICES CONSTRUCTION(Oepob N,)
Green Government Initiative,Energy Efficiency Strategic Plan, 2013 N/A
Coachella Valley Association of Governments,Palm Desert,California
23. PROJECT OWNER'S INFORMATION
e.PROJECT OWNER b.POINT OF CONTACT RARE c.POINT OF CONTACT TELEPHONE
NUMBER
Coachella Valle Association of Governments Katie Barrows,Director of Environmental
y Resources (760)346-1127
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost)
Project Relevance - BSE Engineering provided Energy Engineering services in siom
support of the "Green Government Initiative". SSE was tasked to help the �I��Ir,._-...
participating cities save on energy by adopting new policies that support energy - ""'•'-""•""."" """-' """'"•' '"'
efficiency. BSE surveyed the existing government owned facilities within the
jurisdiction of CVAG and developed policies and provide training for adoption of
the proposed policies in the areas of: 1) Energy Performance Benchmarking 2)
Utility Management Software for reporting and 3)Building Retro-Commissioning.
Results-Adopting the Benchmarking Policy has resulted in the cities' ability to _. ,.,
better manage their energy consumption and to gain EPA Recognition of
Energy5tar Rating. Adopting the Utility Management Software Policy has resulted in their
ability to have access to near "real-time" (15 minute intervals) access to energy "•
consumption data for each of their facilities allowing the cities to quickly identify any energy
usage anomalies, while adopting Retro-Commissioning policy has resulted in a well-tuned ✓ Policy Development in
building that is more comfortable while costing less to operate. Energy Conservation
✓ Community Outreach
Scope of Work-BSE Engineering provided Energy Engineering services and our scope of Workshops
work covered six cities and a tribal government within the Coachella Valley Association of `' Energy Bill Collection and
Governments jurisdiction, between the City of Blythe and Desert Hot Springs. We Analysis
developed policies;we helped adopt policies and also provided training to educate these ✓ Manage Energy
governmental agencies about energy conservation. BSE helped these cities adopt energy Consumption
efficiency policies for energy benchmarking, EEMIS utility software and for Retro- ✓ Rate Building Energy
commissioning. BSE Engineering helped benchmark a few of the buildings, hosted Performance
workshops. In addition, ESE collected and tracked electric and gas energy usage and was ✓ Set Investment Priorities
able to set up an automated data update system into central utility management software ✓ Estimate Greenhouse
housed within the LA County Gases
✓ Utility Management
' Total Energy Engineering Fee-$651,755 Software Deployment
> ✓ Energy Data Visualization
✓ Building Retro-
Commissioning(RCx)
Designing Your Sustainable Future Page 12 of 25
RFP#09-15,REQUEST FOR PROPOSAL FOR I ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES \
lrWt�� USE ENGINEERING
'A • e - • 7 •
20. EXAMPLE PROJECT
KEY NUMBER
PROJECTSEXAMPLE ••• r
QUALIFICATIONS FOR THIS CONTRACT Sample Project
21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED
PPOFESSION SERVICES CONSTRUCTION(tteppM )
Sunline Administration Building,
Thousand Palms,California 2013 2014
23. PROJECT OWNER'S INFORMATION
•.PROJECT OWNER S. POINT OF CONTACTNAME c.POINTOFCONTACTTE_EPHONE
NUMBER
Sunline Transit Agency Vicky Castaneda
Thousand Palms,California Project Administrative Assistant (760)343-3456
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size and cost)
Project Relevance—BSE provided a systematic,documented and collaborative commissioning process that included
design review,inspection,and testing for the Sunline Administration building project.In accordance with industry
standards and LEEDNC v3.0,ESE developed the following work necessary to insure the HVAC&R systems and associated
controls,lighting control,and domestic hot water systems to meet the owners'project requirements.
Results—The Sunline Administration project is a two story office facility in Thousand _
Palms, California with approximately 25,000-square-foot of open offices, boardrooms, --=� -
private offices,and support areas.The building was provided with heating and cooling
systems. The facility was designed and constructed to meet and exceed USGBC LEED
guidelines and is currently pending USGBC Silver LEED certification. The new building
put SunUne's administrative staff into a single structure with space for public meetings
of the Sunline board and other community groups that want to use it.
Scope of Work—BSE Engineering provided the verification of installation and
performed functional performance tests of each type of commissioned HVAC&R,domestic hat water,lighting control,
and day-lighting control strategies. BSE provided scope on systems per LEED-NC v3.0 EAp1 and EAc3 requirements.The
Commissioning process included all HVAC systems per:AABC AGC Procedural Standards of new construction.
Total Cost of Project—$2.2 Million
I
Designing Your Sustainable Future Page 13 of 25
i
RFP A09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
C44foaN`P BSE ENOIN EERIN�
• QUALIFICATION, • • BACKGROUND
A.5 No sub-consultants are proposed for this contract. All Electrical Engineering services shall be performed
by BSE Engineering. If sub-consultants are needed for architectural or other engineering services such as
civil or structural than they will be selected in consultation with the District.
As a full service MEP firm, BSE Engineering provides mechanical, plumbing and energy engineering
services that can supplement any project with these services without the use of a sub-consultant. Along
with Electrical Engineering services, the firm has provided significant Energy Engineering services
including lighting retrofits, mechanical control system optimization, project commissioning of electrical
and mechanical systems, and retro-commissioning of mechanical systems. The firm has also provided
Energy Star commissioning of buildings for compliance with the Energy Star requirements.
Designing Your Sustainable Future Page 14 of 25
AAWAL
RFP#09-15,REQUEST FOR PROPOSAL FOR <jo
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
W 9SE ENGINEERING
SECTION B: UNDERSTANDING ELECTRICAL ENGINEERING METHODOLOGY
Ll Quality Control Reviews and adherence to BSE Engineering Standards are an integral part of the delivery
of a successful project. BSE Engineering performs detailed review of the plans and specifications at key
project milestones such as the 45%,90%and 100%design phases.
A Quality Control Engineer is assigned to each project. This engineer provides "fresh" eyes for the
coordination review constructability. The Quality Control Engineer is a principal or Senior Project
Manager not associated with the project.
BSE Engineering believes in providing intensive field investigation for all projects. The company does not
rely on as-built drawings,or the word of maintenance personnel. BSE Engineering physically investigates
everything and takes detailed field measurements. The staff at the firm also records findings using
photographs. Existing system load capacities are verified by providing time-current metering before new
loads are added to a system.
CONSTRUCTION ADMINISTRATION AND OBSERVATION
BSE Engineering provides construction administration services including: submittal reviews, responses to
requests for information (RFI), construction meetings attendance as required, site observations, preparation
of punchlists of items noted in the field, and preparation of record drawings based on contractor redline
markups. The BSE Engineering staff assigned to complete the construction administration of a project is the
same staff that provided the construction documents for that project. This firm procedure allows the project
design team to have a full understanding of the project during construction and to readily facilitate any issues
that may arise. Construction observation is performed in compliance with NPFA 70E for electrical safety and
personnel protective equipment.
RECORD KEEPING
Project documents are also saved in a systematic manner on the company's computer network system which
is backed up daily. Hard copy project files are stored on-site until the completion of the project. After the
completion of the project, files are then archived at a storage facility for ten years and can be recalled with
one day's notice.
BSE DESIGN AND ENGINEERING METHODS
BSE Engineering's technical approach for successful project delivery is as follows:
1. Develop a detailed and thorough understanding of the scope of work and building/facility
constraints.
2. Provide a detailed review of project scope of work and allowed project budget cost.
3. Perform careful field investigation to determine the exact configuration and ratings of equipment,
site obstructions and interferences,and routing of existing electrical circuits.
4. Coordinate with the City of Palm Springs for design collaboration and review.
5. Provide proper sizing of new electrical equipment to determine space requirements and special
weight considerations.
6. Prepare construction phasing plan including temporary equipment requirements.
7. Provide clear written design direction to project sub-consultants.
Detailed planning and design are the only way to ensure a project successful construction.
Designing Your Sustainable Future Page 15 of 25
O`pPtM SAf
RFP#09-15,REQUEST FOR PROPOSAL FOR ((Doi
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
.e,
�9<isa�N`p USE ENGIN EEFINp
SECTION • METHODOLOGY
BA(continued)
BSE Engineering, Inc., has weekly staff workload meetings to coordinate project schedules, company
resources, and task assignments and to discuss client needs and issues. BSE Engineering has extensive
experience in coordinating with sub-consultants and other disciplines needed as team members of a
project to accomplish the project goals.
BSE Engineering has extensive capabilities in computer hardware and software. The firm also has
emphasized professional education and training. Our computer system and other specialized equipment
are as follows:
CAD AND PLOTTING/PRINTING EQUIPMENT
All projects are prepared in AutoDesk AutoCAD MEP Suite(2014 or 2015)
Fourteen(14)AutoDesk AutoCAD Computer Workstations
Full Size(36"wide) Inkjet Plotters(HP 500PS)
Four Laser Printers(B&W),One Color Laser Printer
Canon ImageRunner400S Color Digital Copier
COMPUTER NETWORK DESCRIPTION
Windows Server Domain Network and Microsoft Exchange Email Server
Cisco Firewall,Content Management and VPN Internet Security Appliance
Symantec Antivirus Enterprise Edition w/daily updates
Microsoft Office 2010,Project 2010,and Visio 2010
Adobe Acrobat,Photoshop,InDesign,and Illustrator CC
ENGINEERING SYSTEM SOFTWARE, SPECIFICATIONS AND STANDARDS
AGi32 and Visual Lighting Calculation Software
Power Tools Electrical Engineering Software(Short Circuit,Loadflow,Voltage Drop,Relay/Circuit Breaker
Coordination) by SKM Systems Analysis, Inc.
MasterSpec 2015 Mechanical/Electrical/Plumbing Specification Library
Electrical reference library including Mike Holt electrical video training materials
BIM CAPABILITY
BSE Engineering is fully BIM capable with fourteen (14) licensed computer workstation for AutoCAD Revit MEP
Suite 2015. All building information modeling (BIM)for electrical systems will be performed in-house on our
network computer system. BSE Engineering's CAD and engineering staff has attending training on AutoCAD
Revit including in-house training performed by a certified MEP Revit specialist. Our lead BIM specialist is a
registered electrical engineer and has several project is AutoCAD Revit. The company can perform full 3-D
modeling of MEP system including collision checking.
PROJECT MANAGEMENT/SCHEDULING
BSE Engineering utilizes Autotask (www.Autotask.com) hosted software solution for automation of our
professional services processes.The features in Autotask encompass customer relations management (CRM),
contracts, project and task scheduling, issue tracking,time sheet entry, billing, and financial reporting. Project
status, tasks, issues, budgeted hours, and actual hours worked are tracked in real time to allow for increased
communications and workflow.
Designing Your Sustainable Future Page 16 of 25
RFP#09-15,REQUEST FOR PROPOSAL FOR [f
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES ��77D
� •• BSE ENOINCCRINO
92 BSE Engineering, Inc. is experienced in providing system assessments,
master planning, engineering studies, in-house engineering support, peer
reviews, plan check processing,construction documents, and construction
support services for large public facility environments and has extensive
experience with city related development.
BSE Engineering has a proven track record of completing projects on time
and on budget. The firm has extensive experience with providing
assessment and planning reports to institutional and governmental
clients.
0.3 BSE Engineering has an established procedure for Total Quality
Management (TQM) with the result of providing clients with quality services as defined in terms of
cost control, product quality and schedule control. The firm's TQM program is integrated into its
every day work and results in a smooth approach from project inception to close.
The firm's TQM program is integrated into its every day work and results in a smooth approach from
project inception to close. The BSE Engineering TQM plan is as follows:
UNDERSTAND SCOPE OF WORK
Site Visit and Scoping Meeting
Verify Project Feasibility and Budget
Revise Written Scope of Work as Required
DETERMINE PROJECT ORGANIZATION AND SCHEDULE
Define Key Roles for Project Team and Project Stakeholders
Define Flow of Information
Prepare Project Schedule and Input into Microsoft Project
PROVIDE EFFECTIVE PROJECT CONTROL
Coordinate Project Resources and Staffing at Weekly Project Manager's Meeting with Project Scheduling
Report
Assess Actual Product Completion vs.Project Schedule
Is Client Happy with Project Results to Date?
Provide Project QC Reviews Prior to Submittals
PROVIDE ENGINEERING PRESENTATION AND DESIGN STANDARDS
BSE Engineering standards have been developed and distributed to all staff members
Engineering standards include standard symbols, abbreviations,quality control checklist,and typical plan
review comments
BSE Engineering Master Details has also been developed to simplify drawing preparation and provide a
means of product and installation quality control
Designing Your Sustainable Future Page 17 of 25
i, RFP N09-15,REQUEST FOR PROPOSAL FOR (00
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
C94iOR� .pt BOE ENOIN CCRINO
•N B: UNDERSTANDING ELECTRICAL ENGINEERING METHODOLOGY
B.3(continued)
TOTAL QUALITY MANAGEMENT enables any variations in the key project elements—cost, product quality,
and schedule—to be identified early on in the project and readily corrected.
Quality Control Reviews and adherence to BSE Engineering Standards are an integral part of the delivery of a
successful project. BSE Engineering performs detailed review of the plans and specifications at key project
milestones such as the 45%,90%and 100%design phases.
A Quality Control Engineer is assigned to each project. This engineer provides "fresh" eyes for the
coordination review constructability. The Quality Control Engineer is a principal or Senior Project Manager not
associated with the project.
BSE Engineering believes in providing intensive field investigation for all projects. The company does not rely
on as-built drawings, or the word of maintenance personnel. BSE Engineering physically investigates
everything and takes detailed field measurements. The staff at the firm also records findings using
photographs. Existing system load capacities are verified by providing time-current metering before new
loads are added to a system.
BA BSE Engineering was hired directly by College of the Desert to develop a comprehensive campus-wide
lighting retrofit project. This project resulted in 170 MWh annual energy savings,$42,600 reduction in
annual operating costs and was featured as a"Best Practices"project by Green Building Research Center
at University of California at Berkeley. BSE's team of highly trained professionals applied specialized skills
in the following areas:
A) BSE listened to COD's needs to reduce energy consumption and move forward with lighting upgrades
without disturbing the campus occupants. To minimize impact on campus operations,most work
was scheduled to be done during weekends and after hours. To reduce lighting replacement costs,
BSE provided lamp/ballast replacement solutions in lieu of total fixture change outs. We further
applied and secured energy incentives through utility partnerships to reduce overall project costs.
B) BSE found innovative retrofit solutions. BSE was able to source the required ballast through multiple
channels of distribution to ensure timely completion of the project. BSE participated on some late
night installations in order to field measure the actual required lighting Foot Candles for the various
occupancy types.
C) BSE used the most current generation of the lamps and ballasts to reflect current technology,offering
the highest possible energy incentives while minimizing lamp wattages.
D) Using life cycle cost analysis, BSE was able to select the best solution based on careful analytics.
E) BSE attended weekly contactor/owner meetings and as the prime consultant communicated and
documented day to day activities.
F) Working closely with the staff and various departments spread out between multiple buildings,we
were able to properly schedule and manage the implementation of this complex lighting retrofit
design.
Using the in house cost consulting tools, we were able to design a system that made the most of the
available capital funds while still maximizing the associated utility energy incentives.
Designing Your Sustainable Future Page 18 of 25
`O`pPCM S 41
i
{j�' °. RFP q09-15,REQUEST FOR PROPOSAL FOR IIIJ
d�, J ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
0 w%
fq</FORN�P 66E ENanN CERINp
'Ill
.....: il ! ! ass ! ..
B.4(continued)
College of the Desert
Campus-wide Lighting Retrofit
As part of a comprehensive carpus-wide energy efficiency program,this
lighting retrofit upgraded luminaries,lamps and controls,and has reduced
associated energy consumption,peak time-of-day demand charges,as well as
ongoing maintenance requirements.
lie Board of Trustees of the Desert Owned Itbldies(CCC/101 q Partnership
Community College District tDCCDI Program,and also used funding available
� adopted a sustainability policy in 2010 from the DOCD's bond program.In oollabora
% that set an energy reduction target of ten riot,with the partnership.Southern California
percent for the College of tine Desert.To meet Edison comissiered a review of the campus
this goal,tire campus formulated a compre- infrastructure,and provided a list of energy
hersive energy reduction plan that included corrserviogmeasures that was used in tie
numerous strategies:energy retrofits of retrofit planning.SCE Provided incentives
building Hi and fighting EMS control opti- wont,$402,728,with approximately$44,000
mizabon,mondomrg-based commissioning, dedicated for the Ii®nting retrofit program
-
erergy-efficient new construction,and)hew The campus has reduced energy by
1-191rtin90esig(r//Retrofit training and education program.
15 percent, far exceeding the original
Implementing these strategies required target of 10 percent.
Replacement of metal careful manning by facilities staff,as tip
hwtide and ina.nde,cerd campus was in the middle of a ten-year Before the retrofit,fighting in many
lamis program of rerdvation of existing buildings Spaces were higher than standard recbm-
High dput Ta and and design and construction of rrew facilities; mended levels,and occupancy and dayliglt
T5 Il and hide therefore all energy improvements had to be controls were lacking.The technical approach
efficiency ballus(s
5000K lamps
Pint-technology
aco/pw cy seasons
EFpwlsiw'at Campus
energy matiagement
system to di buildings In
retrofit scope
I Ipgrade of Eht i to
enable manual peak
Toad maragerneM
tighhrg m gn rwrl before III and after Pint)the Iightingrehoff Images_College of the DeserL
170 Mph
coordinated carefully with the ongoing capital taken was straightforward,upgrading fixtures
$42,600 improvements Steve Renew,director of facifi- throughout campus with highrefficierncy lamps,
ties services,explains that with an atcmal and where required,luminaires also.Al irncan-
$637.500 erergy bill of over$1.1 million,the campus descent lamps in classrooms and offices were
Intl a strong ncentive to reduce energy costs replaced with compact fluorescent lamps.In
December 2mo across campus,and the lighting retrofit was highboy spaces such as the gym,mechanics
an effective way to get energy savings in a lab,and central plant,existing 400 watt
way that would not tax the campus'faollity metal halide luminaires were replaced with
group that consists of only two fulhtime staff. with higlh-output T5 fixtures,yieldiogerergy
To take advantage of rebates and other sawnhgs of 52 percent Classrooms and offices
incentives,ire campus partnered with that had 32-watt T8 lamps were upgraded to
the Caltdmia Community College//Inrvestor high efficiency 25 or 28-watt T8lamps with
Best Rucnces Case 9.:.:-2011 Page 1
Designing Your Sustainable Future Page 19 of 25
OwwALM S'4
RFP k09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
eq[�rU¢d�P B9E ENOINQCRINO
'3METHODOLOGY
8.4(continued)
a hider temperature of 5000K usilg the facility staff to implemeld temporary contra
latestgeiwi-atkn programmable ballasts strategies to meet the specific caditio us of a
no In otter space',Ili®r-efficiecy lamps were CPP eient The campus las plaits to expand
used lit comanaNwr with normal ballast the capability of lira EMS energy displays in
factor(0 88)ballasts.Fkwreter both types of tine future,possibly with a public web-based
ballasts are contpatable Willi 25 a 2&watt Interface,or a desktop^widget"that alkyxs ere
lamps,simodprg future maiihtearde.The wilier campus community to understand and
lager life tamps aid ballasts used will also explore allergy use,lot campus buildings.
Director.FaciiRxti redact manteronce costs.To furore imprine LESSONS LEARNED
Se"wes:Steve Rene* eiergy savings,occupancy sensors with'dual
srenewe teclina ogy"passive kdrared and ulbasow Mide the liglitrg retmfil Itas been generally
w%geofthedesertedu sensors were added in all offices and class- well accepted by building oocupards,to areas
rourr5 drat frevrmsy led log!]illumlnaUon leties,
some occupants had trouble adlstiigto
Project Merxigement tie lower light eitels Users noted that in fire
Coilege oftlie Desert .;,..,tag:: mec re lonlos workshop,' work areas nap
Focilbies De elotmna w
directly under Igolss do lot liawesuffcelt fllw
Electricalegineer: minatgth levels fa visually dernadingtaks.BSE Ergneering Steve RenewPaths out thatfaculty spend
C�enernl Cantrnr. fla
cbat Ilves III these offices and sC>Cla •OOr6,"
Los Angeles Air and drat tie project team lean led the mr-
po
Cwdfimi irg twice of keepitig ocaupants informed of the
Electrical Subcontractor: rebuff plaos aid possible dstur iaus.
Bllrnlectric San Diego The retrofit included measurement
inility Partners:
Soutm m re Qrllfow equipment to enable future
Edison and 5enprn monitoring-based commissioning
Erw& rf�roirtpirt TS MWN9replaced meafhaMde (MBCx)planned by the campus.
Fcmres in rrer iamb lab.Image.-Cofege of the
Ces"t He also recommeds nrdusion of addNeial
nttP://"w.colleg- metering equipment during retrofit protects
eof tedesertedu/fs r lot coordinaildln with be li®rt fig retrofit,tie to enable rteasuremet and verification of
Isr/hairier/Ress'x2o the camper;energy management system key systems,and for easy mplerrientatoo of
Rele.ses/Press'n20 future measurement based eanmissiouilg
Relenses'X.2020103U/ (MB(EMS)wa.fcfteided t0 all blllFdiigS ilidlldel
SCE'X20Redee;:.20 rn the energy retrofit projects.Tire system, take M QtPro projectscts
(Noe Hours Plats to tie
e-
pieck' 2oPre seMraim based err open- rw LonWorks protocols, tam MBht prgecls ni key buildings in llie near
Pill iowv contras approximately 50 buildings, future)
htbi://wdEored-ebpro. totalling dose to 5IX7,000 it'.As fart of the Because the project team vas notivaletl to
rnn/index-rarer energy retrofit,operation schedules were opts share the lessors learned from the Project
mized for occupancy aid elegy efficiency wdtl truer facility maitagers,tley documented
A dedicated page was created oil Ure EMS an Implemeolati0n strategy to be Lewd for
to enable mammal demand response control, projects implemented with the CCC/101I
w1odi wit allow the campus to take adrant Partnership Program,and of compliance with
lags of the betieflts offered by the critical California Crrreniment Code secowi 4217,
peak pricing(CPP)structure curre ply in use which lgvems desigirblild energy pojects by
at Ube select.This dedicated page allows public entities-
Best Radices ese studies ere evadkafed by eve z.
CYesn eniirig Reserdi Cerder,duke lrrweisdy I '
of Qr7wriia Berkeley
b. f.
five Belt Pnnctlres Conpetitinl stionenser
u1 prop is rn It0 ud MI mrrp.to
assaftcum{ascs it actuating act&cFkclenc and /C6[5Y1Yd F")�er
4cSnfreibiny golds.Blaine for Beet WdCt S flMnCompnrr r .--
is provided by live IAWCR ny1011 Enrgy Elfrienry
Pnrtnersimp. SCE
A A
Best Pn a Crae Sat6es 201t M1C 2
Designing Your Sustainable Future Page 20 of 25
RFPp09-15,REQUEST FOR PROPOSAL FOR (00 ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
I�NI•N��. BSE ENOINCCRINO
SECTION • • METHODOLOGY
B.5 In our experience the biggest challenge in managing new construction projects,is getting clarity on
the scope of the project as it relates to peoples wants and needs and balancing the features versus
the benefits. We work diligently to towards developing an implementation budget that is realistic
for the needed scope. Our process involves a discovery phase which includes conducting surveys,
interviews and design charrettes with the hope of developing a better understanding of the
customers needs. We are proponents of open and honest communication and it is our job to
educate our customers so that they can make wise choices. We believe in developing written scopes
of work and written Basis of the Design(BOD)documents that assist in the process of documenting
the progression our designs overtime. We share our written BOD's and communicate openly with
our customers with the goal of delivering a project that meets expectations while coming in on
budget and on time.
BSE Engineering realizes that in a"low-bid"contractor selection-world which is required on all
publicly funded projects,the construction documentation needs to be complete,constructible,
accurate and well-coordinated between various disciplines. In our experience,the occurrence of
change orders is usually higher on retrofit and electric replacement projects due to sometimes the
unknown nature of the existing installations. BSE offers includes extensive field investigation time,
needed environmental studies including hazmat reports to carefully assess the scope and to evaluate
the risks on each project.
BSE will work closely with the City staff and conduct the necessary analysis,field surveys,cost
estimating,reporting and documenting minutes of meetings to ensure that the final product is well
aligned with the City's goals and objectives. BSE's tagline is"Designing Your Sustainable Future"and
we incorporate energy analysis and life cycle cost analysis into each project in order to make sure
decisions are made based on the Total Cost of Ownership.
Designing Your Sustainable Future P,� ,21 x 25
Aoe yaiM'`"o
i
v` RFP p09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
Cq�IroaN�P BBE ENOIN[CNINO
•N C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND SCOPE
CA The following is a list of three (3) current client references. More references can be provided upon
request.
I • . ILin meminis allon Building
Project Dates _ 2013-2014 _
Lead/ Key Personnel Alan Brown
Customer Name Sunline Transit Agency,Thousand Palms, CA
Point of Contact Vicky Castaneda
Project Administrative Assistant
(760)343-3456 ext.399
College of Desert
Project Dates 1 2010-2012
Lead/ Key Personnel Alan Brown
Customer Name Desert Community College District, Palm Desert,CA_
Point of Contact Steve Renew
Director of Maintenance&Operations(Retired)
Cell(760)391-2014
tion of Governments
Project Dates _ _ 2013—N/A _
Lead/ Key Personnel Erson Bolos/Gerry Sanner
Customer Name Coachella Valley Association of Governments
Point of Contact Katie Burrows
Director of Environmental
(760)346-1127
Designing Your Sustainable Future Page 22 of 25
RFP k09-15,REQUEST FOR PROPOSAL FOR
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
�ro�*, 6SE EHOINCCRINO
•N L: REFERENCES AND EXPERIENCE WITH PROJECTS OF • •
C.! In our experience,typically managing change order costs seems to be the biggest challenge, BSE
understands that in all likelihood,the successful bidders are aggressively seeking to find change order
opportunities in order to either make up for their estimating mistakes or to simply widen their own
profit margins.
ESE's approach to change order management is to avoid generating one by simply designing a well
thought-out and well-coordinated set of bid documents consisting of accurate drawings backed by
well-edited specifications. Further prior to the award of a contract,we like to interview and review
the scope of the project in detail to ensure all aspects of the work is considered and included in the
original bid price. We make it clear to the contractors that this is the best time to walk away from
the project,if they feel their bid price does not cover all aspects of the project requirements. We
discuss our low tolerance to change orders and that historically most of our MEP designs finish with
either no change orders or less than 0.5%in change orders caused by unforeseen conditions which
does happens sometimes on deep energy retrofit projects involving underground work or work in
concealed spaces.
Our policy on change order approval is to ask a lot of questions and to openly discuss the basis for the claim
with the goal of making the claim go away:
• Is this an unforeseen condition missed by our office?
• Is this an unforeseen condition missed by the contractor during the bid?
• Is this a truly unforeseen condition that could have not been anticipated during the design or the
bidding phase of the project?
• Does this change add value to the project?
• Is this change necessary for a quality installation?
• Is this change something that was already addressed in the contract documents but missed by the
contractor?
Our goal on all public funded projects is to be good stewards of the tax payer's money. While it is not our
desire to enter a confrontational relationship with the successful contractor on our projects,we are certainly
not afraid to stand up for what is right and what is fair based on the stated contract requirements. Our
promise to the successful contractor is that we will be responsive and that we will support them with the goal
of finishing the project quickly and cost effectively without the need to redo non-compliant installations.
Designing Your Sustainable Future Page 23 of zs
xi
RFP#09-15,REQUEST FOR PROPOSAL FOR (t
oi
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES \�
rro * USE ENOINEERWB
ATTACHMENT"A"
RFP 09-15 for ON-CALL ELECTRICAL ENGINEERING DESIGN SERVICES
'NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN ENVELOPE#1.
"QUALIFICATIONS/WORK PROPOSAL"'
SIGNATURE AUTHORIZATION
NAME OF PROPOSER/FIRM: SSE ENGINEERING)INC.
A_ 1 hereby certify that 1 have the authority to offer this proposal to the City of Palm Sprigs for the
above listed individual or company. I certify that I have the auUxx4 to bind myselUUris
company in a contract should I be successful in my proposal.
SI URE
Alan I.Brown
PRINT NAME
B- The following information relates to the legal contractor listed above,whether an individual or a
company_ Place check marks as appropriate:
1. If successful, the contract language should refer to mefmy company as
An individual;
A partnership, Partners'names
A company,
X A corporation
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
A Local Business(Licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
2. My tax identification number is: 95-2503515
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the
acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s) # N`A isfare hereby acknowledged.
Pam 12 of36
Designing Your Sustainable Future Page 24 of 25
RFP#09-15,REQUEST FOR PROPOSAL FOR <jo
ON-CALL ELECTRICAL ENGINEERING AND DESIGN SERVICES
fro�y\� SSE ENGINEERING
SECTION 6 DEMONSTRATED ON THE TEAM
D.2
n�lr 1.[MIHe,c1I W 5 PaAcl..xr1p..e.r.
CITY OF SAN DIEGO ' CERTIFICATE OF PAYMENT OF BUSINESS TAX
eennicate Numeer 61976002597
eosin...Nam.: BSE ENGINEERING INC
Business Ownv: BSE ENGINEERING INC
Business Address 10670 TREENA ST 9100
SAN DIEGO CA 92131-2410
i•
Primary
BSE ENGINEERING INC Business Adivity ARCHITECTURAL,ENGINEERING d RELATED SER OE!
t D880 TREENA ST#100
SAN DIEGO,CA 92131 liereard� I'll
SuainK.Activity it
ER.chve Oat 07101/2014
Expiration D.4 06130f201 B
iaeasFxmr+rxeen mexstara sor.icrie wanmc of xx.cxxucr.wowwtasnx•on wwwa euvu.as w.rnIaAxu.m.ns urns Sx
NVSMF9H ii£Cnit
CITY OF SAN DIEGO Carl pur Numeer 0197601
CERTIFICATE OF PAYMENT OF BUSINESS TAX
PO BOX 122289,SAN DIEGO.CA 92112-2289 B.e ..Name: BSE ENGINEERING INC
1200 3RD AVENUE.MS 51T,SAN DIEGO.CA 92101 Bushels Owner BSE ENGINEERING INC
(619)615-1500; FAX(619)531.3272 Business Address: 10670 TREENA ST#100
www.5andiegp.goVltreasurer SAN DIEGO CA 92131-2t40
Pled,
Business Acnvlty. ARCHITECTURAL.ENGINEERING d REUTED SERVICE:
e Secondary
Buness Activityy'.
921 r si
BSE ENGINEERING INC Eeeclbe Ore.= O71D12014
10680 TREENA ST STE 100 Expiration Date 06130/2015
SAN DIEGO,CA 92131-240
I'I"„I,��II.,,lilllll'ill'lIIIrllllr1I111111��IlIIIIlilllrlllil BSE ENGINEERING INC
N.dmg Address 10680 TREENA ST 01N
SAN DIEGO CA 92131
This certificate acknowledges payment of business taxes pursuant to the San Diego Municipal Cute This is not a License
to do business wiWn the City of San Diego in violation of any sachon of the Municipal Code or regulation adopted by the City
Council including,but riot limited in Zoning restrictions;Land Use specifications as defined in Planned Districts,
Redevelopment areas,Historical Districts.or Revitefizabon areas:Business Tax Regulations:Police Department
Regulations'.and Fire,Health or Sanitation Permits and Regulations.
This document is issued without verification that the payer is subject to or exempt from licensing by the Stale of California.
Payment of the required tax at the here or times due Is fw the term and purpose stated and is pursuant to City Ordinance
Please refer to delinquency information under-Noticti
NOTICE' It is the rasll0nsiblhly of the certificate holder to renew this Certificate of payment of business tax within the proper
ume limits- Failure to do".even if you have not received a renewal notice,will result in the assessment of a penalty.
Please note your expiration date on this certificate above The certificate holder is requested to notify me City Treasurer's
Office upon sale or closure of the business change of location,or change of business activity.
The tax or fees collected are Not Refundable unless collected as a direct Fes.lt of an error by the City of San Diego.
This certificate is NOT transferable for a change in business ownership.
xw e,ormou+'.a nab n a6M'n M^Y]m- mir.-
Designing Your Sustainable Future Page 25of25
EXHIBIT "D"
SCHEDULE OF COMPENSATION
SCHEDULE OF COMPENSATION
Attached hourly rates shall apply for the term of the contract any extensions. If any proposal submitted
to the City for requested projects includes task items payment for said task items cannot exceed 75%
until task item is 100% completed.
BSE Engineering,Inc. 10680 Treena SI Suite 100, San Diego, CA 92131-2443
jol tel 858279.2000 fax 858.279-2626 www.BSEengineering.com
BSE ENGINEERING
CITY OF PALM SPRINGS
ELECTRICAL ENGINEERING CONSULTING SERVICES
2015 HOURLY BILLING RATES
Rate Category Base Year
Hourly Rate
Alan Brown, Electrical Principal, Electrical Quality Control $185
Gerry Sanner, Senior Electrical Project Manager $160
Bera Wouters, Senior Electrical Engineer $160
Project Engineer—Erson Bolos $140
Design Engineer II—Nam Nguyen $125
Design Engineer 1 $115
Senior CAD Drafter $85
CAD Drafter $70
Clerical $55
REIMBURSABLE EXPENSES
Expense Rate
Mileage 0.57.5
Travel Expenses—Accommodation, Meals, No Charge
etc.
r
Project Delivery CAD Paper Plots No Charge
(Up to three sets per submission stage)
Additional CAD Paper Plots $5/plot
I (Beyond three sets)
Project Delivery CAD Vellum Plots $10/plot vellum
$25 /plot color
Photocopies $0.10/copy
Fax No Charge
Handling Fee 0%
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.
END OF EXHIBIT "E"