Loading...
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"