HomeMy WebLinkAbout6/1/2016 - STAFF REPORTS - 2.S. iy
c
Y N
c44
1F0
9%4`P City Council Staff Report
Date: June 1, 2016 CONSENT CALENDAR
Subject: APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH CASC
ENGINEERING AND CONSULTING, INC., A CALIFORNIA
CORPORATION, FOR ON-CALL NATIONAL POLLUTANT DISCHARGE
ELIMINATION SYSTEM (NPDES) PROGRAM CONSULTING SERVICES
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
This action will approve an "on-call" professional services agreement with CASC
Engineering and Consulting, Inc., to provide a variety of regulatory compliance services
associated with the City's National Pollutant Discharge Elimination System ("NPDES")
program. The "on-call" agreement will provide services for an initial three year term,
subject to two, one-year extensions. The 2016/2017 Fiscal Year budget includes an
appropriation of $200,000 for these required services within the Community Service
Area 152 Fund (Fund 124).
RECOMMENDATION:
1) Approve Professional Services Agreement No. with CASC Engineering and
Consulting, Inc., a California corporation, for "on-call" National Pollutant Discharge
Elimination System NPDES program consulting services for an initial three (3) year
term, subject to two (2) additional one (1) year extensions;
2) Authorize a purchase order in the amount of $200,000 to CASC Engineering and
Consulting, Inc. for annual NPDES program consulting services for Fiscal Year
2016/2017 and subsequent fiscal years during the term of the Agreement; and
3) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The Clean Water Act (CWA) establishes the basic structure for regulating discharges of
pollutants into the waters of the United States and regulating quality standards for
surface waters. The CWA was based on laws enacted in 1948 and was then referred to
ITEM NO. 2 S,
City Council Staff Report
June 1, 2016 - Page 2
Approve Agreement to On-Call NPDES Consulting Services
as the Federal Water Pollution Control Act. The Act was significantly reorganized and
expanded in 1972 and became known as the "Clean Water Act."
The CWA made it unlawful to discharge any pollutant from a point source into navigable
waters, unless a permit was obtained. EPA's National Pollutant Discharge Elimination
System (NPDES) permit program controls discharges. Point sources are discrete
conveyances such as pipes or man-made ditches. Individual homes that are connected
to a municipal system, use a septic system, or do not have a surface discharge do not
need an NPDES permit; however, industrial, municipal and other facilities must obtain
permits if their discharges go directly to surface waters.
The CWA establishes requirements for the discharge of urban runoff from the Municipal
Separate Storm Sewer System ("MS4") under the NPDES program. The Colorado
River Basin Regional Water Quality Control Board ("RWQCB") issued Permit Order No.
R7-2013-0011 to authorize the discharge of urban runoff from within the City on June
20, 2013. The permit regulates the operation and maintenance of the City's Municipal
Separate Storm Sewer System (or "MS4" — the system of streets and storm drainage
systems that convey storm water runoff to the various waters of the U.S., including the
Tahquitz Creek, Palm Canyon Wash, and Whitewater River). The NPDES permit
regulates the discharge of pollutants in urban stormwater runoff generated from
development projects, and from existing industrial facilities, restaurants, and commercial
sites. The goal of the NPDES permit is to prevent polluted runoff generated on public or
private properties from passing directly to the MS4 and thereby polluting the waters of
the U.S.
The NPDES permit requires the City to inspect construction sites, industrial facilities,
restaurants and commercial sites. Inspection frequency is based on various factors,
such as: the type of business and activities; the types of potential pollutants present;
whether the business is in significant non-compliance and proximity to impacted waters.
Businesses are assigned to a high, medium or low priority inspection based on the
Standard Industrial Code (SIC). Businesses that are classified as high priority must be
inspected annually, medium priority businesses once every two years and low priority
businesses once every five years.
Examples of polluted stormwater runoff that are to be prevented through the City's
NPDES inspection program are shown in the following photos. The examples identify
erosion and sediment pollution caused by an active construction site; oils and polluted
contaminants in a drainage gutter; leaking fluids from stored equipment; and leaking
toxic chemicals and other pollutants from a commercial trash enclosure.
02
City Council Staff Report
June 1, 2016 - Page 3
Approve Agreement to On-Call NPDES Consulting Services
•t'
low
AWL
�.. ' 1 , •
03
ReportCity Council Staff
2016June 1,
Approve Agreement to On-Call NPDES Consulting Services
Ilk
04
F•
~li
1
€6
`i
City Council Staff Report
June 1, 2016- Page 5
Approve Agreement to On-Call NPDES Consulting Services
There is a need for continued on-call support of City staff to ensure that the City
remains compliant with the terms and conditions of the NPDES Permit. Therefore, staff
coordinated with the Procurement and Contracting Division to prepare a Request for
Proposals ("RFP") to solicit proposals from professional firms experienced with
coordinating and providing services associated with the NPDES Program.
On February 25, 2016, the City issued RFP 03-16 for NPDES Program consulting
services, and by the March 29, 2016, deadline, proposals from the following 8 firms
were received:
• CASC Engineering and Consulting, Inc.; Colton, CA
• CLM Professional Services, Inc.; Redlands, CA
• Dudek; Palm Desert, CA
• G&G Environmental Compliance, Inc.; Riverside, CA
• Lynn Merrill and Associates, Inc.; Redlands, CA
• MSA Consulting, Inc.; Rancho Mirage, CA
• The Water Quality Company; Bloomington, CA
• Whitson Contracting & Management, Inc.; San Diego, CA
Following review of the proposals by a Selection Committee, a clear consensus of
CASC Engineering and Consulting, Inc., as the top ranked firm was made. Based upon
the RFP, CASC Engineering and Consulting demonstrated a comprehensive
understanding of the NPDES program and can provide the capacity to advise the City
on policy issues, review, develop and update ordinances, resolutions, processes and
procedures within the City, perform integrated inspection services as they relate to
construction, commercial, industrial and residential sites, inclusive of ensuring Best
Management Practices (BMPs) and/or Storm Water Pollution Prevention Plans
(SWPPP) are implemented, while ensuring the professional development and
understanding of the City's existing staff. CASC further demonstrated that it can
provide immediate and appropriate technical support to the City's Development,
Administration, Finance and Engineering staffs in order to ensure that the City has a
comprehensive, integrated program that dovetails with other programs such as water
conservation, landscape maintenance, water and wastewater operations. CASC has a
track record of working with and training local agencies on a variety of NPDES
programs that affect the Whitewater region.
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires consultants to use good faith efforts to solicit applications for
employment and proposals for sub-consultants for work associated with the proposed
contract from local residents and firms as opportunities occur and hire qualified local
residents and firms whenever feasible. Preferential scoring of 2 or 5 points (out of 100)
was included in the evaluation for local (Coachella Valley based) firms; however, none
were selected. It is important to note that selection of professional design firms is based
solely on qualifications. 05
City Council Staff Report
June 1, 2016 - Page 6
Approve Agreement to On-Call NPDES Consulting Services
ENVIRONMENTAL IMPACT:
The requested City Council action is not a "Project" as defined by the California
Environmental Quality Act (CEQA). Pursuant to Section 15378(a), a "Project" means the
whole of an action, which has a potential for resulting in either a direct physical change in
the environment, or a reasonably foreseeable indirect physical change in the
environment. According to Section 15378(b), a Project does not include: (5)
Organizational or administrative activities of governments that will not result in direct or
indirect physical changes in the environment.
FISCAL IMPACT:
Funding associated with monitoring for and compliance of the NPDES Program is made
available through a special enterprise fund called the Community Service Area 152
("CSA 152") Fund, appropriated in Fund 124. Riverside County first established CSA
152 to levy a special tax to generate revenue associated with implementing various
programs associated with the NPDES Program; the City annexed into CSA 152 in 1993,
to allow for the levy of assessments to offset the City's costs related to administering its
NPDES Program. The 2016/2017 Fiscal Year budget includes an appropriation of
$200,000 to fund the costs associated with monitoring and implementing the
requirements of the City's NPDES Permit. Sufficient funding will be budgeted and
available in CSA 152 Fund, Account No. 124-4242-43200, to approve the "on-call"
agreement with CASC Engineering and Consulting, Inc., with an annual maximum
contract amount established at $200,000 each fiscal year in which the agreement is
effective.
SUBMITTED:
Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready,
Assistant City Manager/City Engineer City Manager
Attachment(s):
Agreement
CITY OF PALM SPRINGS
PROFESSIONAL SERVICES AGREEMENT
ON-CALL NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)
PROGRAM CONSULTING SERVICES
THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made
and entered into, to be effective this day of 2016 by and between the
CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter
referred to as "City") and CASC ENGINEERING AND CONSULTING, 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" National
Pollutant Discharge Elimination System (NPDES) program consulting services, (hereinafter the
"Project").
B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call"
NPDES program consulting services 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.
Page 1 of 19 07
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 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: (1' )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.
1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that
Consultant (a) has thoroughly investigated and considered the Scope of Services to be
performed, (b) has carefully considered how the Services should be performed, and (c) fully
understands the facilities, difficulties, and restrictions attending performance of the Services
under this Agreement. If the Services involve work upon any site, Consultant warrants that
Consultant has or will investigate the site and is or will be fully acquainted with the conditions
there existing, prior to commencement of any Services hereunder. Should the Consultant
discover any latent or unknown conditions that will materially affect the performance of the
Services hereunder, Consultant shall immediately inform the City of such fact and shall not
proceed except at Consultant's risk until written instructions are received from the City.
1.6 Care of Work. Consultant shall adopt reasonable methods during the term of
the Agreement to furnish continuous protection to the Work and the equipment, materials,
papers, documents, plans, studies, and/or other components thereof to prevent losses or
damages, and shall be responsible for all such damages, to persons or property, until
Page 2 of 19 08
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 Director Engineering Services as
provided in Section 2.1 of this Agreement, shall have the right at any time during the term of
this Agreement to order the performance of services as generally described in the Scope of
Services to perform extra or additional work beyond that specified in the Scope of Services or
make changes by altering, adding to, or deducting from such Work. No Work may be
undertaken unless a written order is first given by the City Manager or the Director of
Engineering Services 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; 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 assignments 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 task or assignment that the City
may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate
task or assignment shall be identified as a Task Order or a Purchase Order authorized by the
Director of Engineering Services 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 "D" and
incorporated herein by this reference.
Page 3 of 19 V 9
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 "Y, 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.
For the Services rendered pursuant to this Agreement within any fiscal year in which this
Agreement remains effective, commencing July 1 and ending June 30, the City has estimated
and hereby establishes an annual budget for on-call services of Two Hundred Thousand
Dollars, ($200,000) ("Annual Contract Amount"). It is expressly agreed that the Annual
Contract Amount of this Agreement is hereby established as an annual not to exceed budget
for the required services, unless otherwise revised in accordance with Section 1.8 of this
Agreement.
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.
Page 4 of 19 0
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 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 shall
commence on July 1, 2016, and continue in full force and effect for three (3) years, until July 1,
2019. At the sole discretion of the Director of Engineering Services, upon written notice to
Consultant and mutual agreement, the term of this Agreement may be extended for two (2)
additional one (1) year terms. Said notice shall be delivered prior to July 1, 2019, for the initial
one (1) year extension (if granted); and prior to July 1, 2020, for the final one (1) year
extension (if granted). In no event shall the term of this agreement extend beyond July 1,
2021.
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: Rick Sidor, Principal. 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
Page 5 of 19 11
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.
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
Page 6 of 19 12
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 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
Page 7 of 19 $ 3
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
force and effect throughout the term of this Agreement, a policy of employer liability insurance
written on a per occurrence basis with a policy limit of at least one million dollars
Page 8 of 19 14
($1,000,000.00) for bodily injury or disease.
5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City Manager prior to commencing any
work or services under this Agreement. Consultant guarantees payment of all deductibles and
self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in
excess of $10,000, and the City Manager may require evidence of pending claims and claims
history as well as evidence of Consultant's ability to pay claims for all deductible amounts and
self-insured retentions proposed in excess of$10,000.
5.3 Other Insurance Requirements. The following provisions shall apply to the
insurance policies required of Consultant pursuant to this Agreement:
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,
Page 9 of 19 Y S
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 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
Page 10 of 19 16
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:
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 all 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
Page 11 of 19 17
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, 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.
Page 12 of 19 18
C. The 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.
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.
Page 13 of 19
7.�
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 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.
Page 14 of 19 20
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 Ri-ghts 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 15 of 19 21
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 Employees. No officer or employee of the
City shall be personally liable to the Consultant, or any successor-in-interest, in the event of
any default or breach by the City or for any amount which may become due to the Consultant
or to its successor, or for breach of any obligation of the terms of this Agreement.
9.2 Conflict of Interest. Consultant acknowledges that no officer or employee of the
City has or shall have any direct or indirect financial interest in this Agreement nor shall
Consultant enter into any agreement of any kind with any such officer or employee during the
term of this Agreement and for one year thereafter. Consultant warrants that Consultant has
not paid or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
9.3 Covenant 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, national origin,
sexual orientation, gender identity, gender expression, physical or mental disability, or medical
condition. 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, national origin, sexual orientation, gender identity, gender expression,
physical or mental disability, or medical condition. 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
Page 16 of 19 22
defense of same, and provided such suit or claim arises out of, pertains to, or is related to the
negligence, recklessness or willful misconduct of Consultant. However, Consultant will not
indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that
City's alteration of such deliverable created the infringement upon any presently existing U.S.
letters patent or copyright; or (2) the use of a deliverable in combination with other material not
provided by Consultant when it is such use in combination which infringes upon an existing
U.S. letters patent or copyright.
B. Consultant shall have sole control of the defense of any such claim or suit
and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City
under any settlement made without Consultant's consent or in the event City fails to cooperate
in the defense of any suit or claim, provided, however, that such defense shall be at
Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or
claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item,
or shall substitute an equivalent item acceptable to City and extend this patent and copyright
indemnity thereto.
10.2 Notices. All notices or other communications required or permitted hereunder
shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail,
registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by
facsimile with attached evidence of completed transmission, and shall be deemed received
upon the earlier of (i) the date of delivery to the address of the person to receive such notice if
delivered personally or by messenger or overnight courier; (ii) five (5) business days after the
date of posting by the United States Post Office if by mail; or (iii) when sent if given by
facsimile. Any notice, request, demand, direction, or other communication sent by facsimile
must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of
electronic transmission such as e-mails, text messages, instant messages are not acceptable
manners of notice required hereunder. Notices or other communications shall be addressed
as follows:
To City: City of Palm Springs
Attention: City Manager
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
Telephone: (760) 323-8204
Facsimile: (760) 323-8332
To Consultant: CASC Engineering and Consulting, Inc.
Attention: Rick Sidor
1470 E. Cooley Drive
Colton, California 92324
Telephone: (855) 383-0101
Facsimile: (760) 722-4264
Page 17 of 19 23
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 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 18 of 19 24
IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be
executed the day and year first above written.
CITY OF PALM SPRINGS, CALIFORNIA CASC ENGINEERING AND CONSULTING,
INC., A CALIFORNIA CORPORATION
By
David H. Ready
City Manager By:
Signature (notarized)
ATTEST:
Name:
By
James Thompson
City Clerk Title:
APPROVED AS TO FORM:
By:
Signature (notarized)
By
Douglas Holland
City Attorney Name:
RECOMMENDED:
Title:
By
Marcus L. Fuller,
Assistant City Manager/City Engineer
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
Page 19 of 19
EXHIBIT "A"
SCOPE OF SERVICES
The Consultant shall provide a variety of MS4/NPDES related services to the City on an as-
needed / as-requested basis. Overall, Consultant shall provide services which encompass
aspects of the NPDES program as it pertains to the Federal Clean Water Act, the Porter-
Cologne Act, the statewide General Permits relating to Construction, Industrial, DeMinimus and
all related regulations, policies, procedures and actions as implemented by the State Water
Resources Control Board. With the elimination of Riverside County's Compliance Assistance
Program (CAP), the consultant shall be expected to integrate these services as part of the City's
overall NPDES program. Further, the Consultant shall provide policy assessment, scientific
understanding and field implementation necessary to provide comprehensive support to the City
as it relates to the Waste Discharge Requirements for the County of Riverside and the
incorporated areas subject to the Whitewater River Permit, under Colorado River Basin
Regional Water Quality Control Board Order No. R7-2013-0011, NPDES No. CAS 617002,
Areawide Urban Storm Water Runoff Permit and any successor permits.
The Consultant has a comprehensive understanding of the NPDES program and can provide
the capacity to advise the City on policy issues, review, develop and update ordinances,
resolutions, processes and procedures within the City, perform integrated inspection services as
they relate to construction, commercial, industrial and residential sites, inclusive of ensuring
Best Management Practices (BMPs) and/or Storm Water Pollution Prevention Plans (SWPPP)
are implemented, while ensuring the professional development and understanding of the City's
existing staff. The Consultant can provide immediate and appropriate technical support to the
City's Development, Administration, Finance and Engineering staffs in order to ensure that the
City has a comprehensive, integrated program that dovetails with other programs such as water
conservation, landscape maintenance, water and wastewater operations. The Consultant shall
have a track record of working with the business community as a resource while ensuring that
the development and business communities come into compliance with applicable NPDES
requirements in a timely and fair approach. The Consultant may use a combination of prime
and subconsultants in order to ensure complete integration of the various components of the
NPDES programs and in order to avoid gaps in program implementation.
The following sections provide further details regarding the City's needs and requirements:
I. NPDES PROGRAM ADMINISTRATION AND REPRESENTATION
The Consultant shall act as the City's designated representative as it relates to working with the
Principal Permittee (Riverside County), other co-permittees, regulators such as the Colorado
River Basin Regional Water Quality Control Board, other agencies and organizations, including
but not limited to the business community, environmental organizations and the general public.
Consultant shall be responsible for the administration and reporting requirements set forth in the
NPDES permit and as needed by the City for the efficient and effective operation of the NPDES
program. The following are necessary and typical in order for the City to comply with the
NPDES program requirements and to ensure adequate involvement by the City in the NPDES
Permit program:
1. Consultant shall attend and adequately represent the City at the following meetings:
a) Riverside County Desert Task Force Meeting, including any subcommittees as
created. Consultant shall have appropriate and demonstrated technical involvement and
historical understanding of the activities at these meetings.
b) Colorado Regional Water Quality Control Board meetings as requested.
26
EXHIBIT "A"
SCOPE OF SERVICES
c) City Capital Improvement Status meeting, Design Review Committee, Economic
Development Committee, Utility Commission meeting, Planning Commission, or City
Council meetings as requested.
2. Consultant shall be responsible for administering the NPDES program within City
operations, including but not limited to preparation of the annual report submission for the
County; assistance in preparation of budget submission, special studies and other efforts as
requested by the City; maintain and update any databases as provided by the County of
Riverside or the City of Palm Springs; and, develop and present technical memos and policy
papers as necessary to provide information to City staff, the Principal-Perm ittee, Co-Permittees
and elected officials.
3. Consultant shall meet regularly with the Public Works & Engineering Department liaison
to provide appropriate updates and status reports on various projects, to seek input and to
respond to requests as appropriate.
4. Consultant shall assist the City in identifying and submitting applications for grants
related to the NPDES program, or other associated programs such as water conservation,
facilities, and others.
5. Consultant shall assist in preparation of fee studies, cost recovery models or other
activities in support of the program.
6. Consultant shall have the capacity to review, analyze and provide technical, scientific
and policy assessment as it relates to analyzing proposed permits, Total Maximum Daily
Loads (TMDLs) and resulting regional wide programs. Consultant shall be able to
communicate effectively the impacts and costs associated with proposed actions by the
regulators, and be able to present said findings to the City staff and elected officials, other
elected or appointed bodies either orally or in writing.
7. Consultant shall review and update the City's Local Implementation Plan (LIP) on an
annual basis, and prepare revisions as necessary to comply with current operations, NPDES
Permit requirements or other requirements which affect the operation of the LIP.
8. Consultant shall review and update the City's Stormwater Ordinance on an annual basis,
and prepare revisions as necessary to improve enforcement of the NPDES program within the
City.
9. Consultant shall coordinate the invoicing of the City's NPDES Inspection Fee program,
including but not limited to: reviewing and revising the designations and classifications for
individual businesses within the City; field checking businesses to determine the appropriate
prioritization of the business; assisting city staff in accounting and invoice preparation,
including preparation of invoice master lists for billing; and, reconciling the City's business list
against the MS4 database in order to maintain a current record of businesses for both
inspection and invoicing purposes.
10. Consultant shall coordinate with other water conservation organizations and agencies
including but not limited to, Palm Springs Wastewater Treatment Plant and Veolia West
Operating Services as plant operator.
27
EXHIBIT "A"
SCOPE OF SERVICES
11. Consultant shall perform other administrative activities as requested in support of the
NPDES program or other associated programs, including water, wastewater, water
conservation, and landscaping.
II. INSPECTION PROGRAM
The Consultant shall have the capability of providing a variety of inspection services as it relates
to Construction, Commercial, Industrial, Restaurants and Municipal Facilities. The inspection
programs shall include compliance with the current version of the General Construction Permit,
the General Industrial Permit, the MS4 Stormwater Permit and other programs as applicable.
With the elimination of Riverside County's Compliance Assistance Program (CAP), the
consultant shall be expected to integrate these services as part of the City's overall NPDES
program. The Consultant shall prepare appropriate written inspections, including
documentations and photos as needed to ensure compliance by the inspectee as it relates to
the various programs and at a frequency accepted by the Regional Water Quality Control
Board. The Consultant shall also perform other types of inspections, including investigations of
alleged and reported Illicit Connections — Illicit Discharge and other inspections. Consultant
shall issue Notices of Correction and Notices of Violations to the inspectee, shall maintain a
record of follow-up inspections, and shall document evidence as necessary in support of
prosecution if necessary. Consultant staff shall have Qualified Stormwater Practitioner (QSP)
training and at least one of the supervising inspectors shall be certified as a QSP upon start of
the contract. Consultant shall input and update the MS4 Database on a routine basis as part of
the inspection program. Consultant staff shall include Spanish speaking inspectors to ensure
that inspection program requirements are appropriately communicated to non-English speaking
inspectees. Consultant shall provide inspections, which include Municipal or City owned
facilities for the following program areas:
A. Commercial — Consultant shall inspect each applicable commercial business on a
frequency appropriate to the type of business, the activities performed by the business
which may result in exposure to stormwater, the SIC/NAICS Codes, and any other
information appropriate to the NPDES program. Consultant shall secure on a monthly
basis the names and addresses of all new commercial businesses issued licenses by
the City and conduct an initial inspection of the business using the Risk Based Scoring
System. In addition, the Consultant shall perform a Pre-Treatment Survey to be
submitted to the Palm Springs Wastewater Treatment Plan/Veolia operators. Upon
completion of the initial inspection, Consultant shall establish the business priority within
the database and shall subsequently maintain all inspections within the Database as
appropriate. Inspections shall comply with the requirements of the current version of the
County of Riverside MS4 Permit. Consultant shall use forms developed by the City for
documenting each inspection. Consultant shall perform follow-up inspections as
necessary to ensure corrections of Notices of Correction or Notices of Violations.
B. Industrial - Consultant shall inspect each applicable industrial business on a frequency
appropriate to the type of business, the activities performed by the business which may
result in exposure to stormwater, the SIC/NAICS Codes, whether the business is listed
in the General Industrial Permit, and other information as appropriate. Consultant shall
secure on a monthly basis the names and addresses of all new industrial businesses
issued licenses by the City, conduct an initial inspection of the business using the Risk
Based Scoring System. In addition, the Consultant shall perform a Pre-Treatment
28
EXHIBIT "A"
SCOPE OF SERVICES
Survey to be submitted to the Palm Springs Wastewater Treatment Plant/Veolia
operators. Upon completion of the initial inspection, Consultant shall establish the
business priority within the database and shall subsequently maintain all inspections
within the database as appropriate. Consultant shall consult with Regional Water
Quality Control Board staff as appropriate in order to ensure that the industrial
businesses are in compliance and covered by the General Industrial Permit as
appropriate. Consultant shall use forms developed by the City for documenting each
inspection. Consultant shall perform follow-up inspections as necessary to ensure
corrections of Notices of Correction or Notices of Violations.
C. Restaurants - Consultant shall inspect each applicable restaurant on a frequency
appropriate to the type of business, the activities performed by the business which may
result in exposure to stormwater, the SIC/NAICS Codes, the presence of grease
interceptors and any other information appropriate to the NPDES program. Consultant
shall secure on a monthly basis the names and addresses of all new restaurants issued
licenses by the City, conduct an initial inspection of the restaurant using the Risk Based
Scoring System. In addition, the Consultant shall perform a Pre-Treatment Survey to be
submitted to the Palm Springs Wastewater Treatment Plant/Veolia operators. Upon
completion of the initial inspection, Consultant shall establish the business priority within
the MS4 Database and shall subsequently maintain all inspections within the MS4
Database as appropriate. Inspections shall comply with the requirements of the current
version of the County of Riverside MS4 Permit. . Consultant shall use forms developed
by the City for documenting each aspect of the inspection. Consultant shall perform
follow-up inspections as necessary to ensure corrections of Notices of Correction or
Notices of Violations.
D. Post Construction BMPS — Consultant shall perform Post Construction BMP
Inspections of all BMPS included with current and past WQMP documents in order to
ensure compliance with the requirements of the current version of the Riverside County
NPDES MS4 Permit. At minimum, all Post Construction BMPs, shall be inspected once
every three years and on a greater frequency if issues are identified. Consultant shall
work with property owners, property managers and tenants in order to ensure that BMPs
are operating as set forth in the WQMP document, and that said BMPs are being
properly maintained in order to ensure maximum effectiveness for pollutant removal.
Consultant shall use forms developed by the City for documenting each aspect of the
inspection. Consultant shall perform follow-up inspections as necessary to ensure
corrections of Notices of Correction or Notices of Violations. Consultant shall input
inspection information into the MS4 database on a routine basis.
E. Construction Sites — Consultant shall perform Construction site inspections on private
and public projects inclusive of private development and city capital projects in
compliance with the current General Construction Permit, the County of Riverside MS4
Permit and the City's current Storm Water Ordinances. Inspections shall be at the
frequency determined by the requirements set forth in the County of Riverside MS4
permit. Consultant shall obtain on a weekly basis a list of current public and private
construction projects which have been issued a notice to proceed with construction
29
EXHIBIT "A"
SCOPE OF SERVICES
activities or a grading permit. The Consultant shall review the State SMARTS system in
order to verify that a project has obtained coverage as appropriate under the General
Construction Permit, and shall conduct an initial inspection to determine on-site
compliance as necessary based upon BMPs and SWPPP requirements. Based on the
type of construction, the Consultant shall establish an inspection schedule consistent
with the priorities set forth in the MS4 Permit, and shall maintain set schedule as
required during the wet and dry seasons. Consultant inspection staff shall have their
QSP Certification in order to conduct inspections. For public projects, the Consultant
shall be responsible, in coordination with city staff, for inputting City projects into the
SMARTS system, shall be responsible for ensuring that the public construction site
maintains adequate on-site BMPs, shall perform all necessary inspections, record
keeping and filing of annual reports, including but not limited to obtaining Notice of Intent
filings, filing of all required documents into the SMARTS system, filing of Annual Reports
if required by the duration of the construction project, and filing of Notice of Termination
under the direction of the City Engineer or his/her designee. Consultant shall use forms
developed by the City for documenting each aspect of the inspection. Consultant shall
perform follow-up inspections as necessary to ensure corrections of Notices of
Correction or Notices of Violations. Consultant shall input inspection information into the
MS4 database on a routine basis.
III. TRAINING
Consultant shall be capable of providing annual in-house training programs on various
aspects of the NPDES program. Training may include one-on-one mentoring, classroom
or tailgate sessions. In addition, Consultant shall maintain training records and input
training records into the database or annual report on a routine basis. Training topics
may include but not limited to:
a. Integration of NPDES requirements throughout the development process, including
WQMP components and Construction inspection requirements within the
development process;
b. Integration of the General Construction Permit and the General Industrial Permit, and
other statewide requirements into City operations.
c. Compliance with NPDES requirements in Municipal facilities.
d. Other specific training as determined by the City.
END OF EXHIBIT "A"
30
EXHIBIT "B"
CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE
31
CITY OF PALM SPRINGS, CA
NOTICE INVITING PROPOSALS FOR RFP 903-16
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PROGRAM ON-
CALL CONSULTING SERVICES
NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from
qualified professional firms to provide the City with on-call technical consultant services to assist
with the National Pollutant Discharge Elimination System (NPDES) Program within the City of
Palm Springs.
PROJECT LOCATION: Various locations within the City of Palm Springs, CA
SCOPE OF SERVICES: The scope of work will consist of providing the City with on-call
technical consultant services to assist with the National Pollutant Discharge Elimination System
(NPDES) Program within the City of Palm Springs,
OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded
via the internet at www.palmspdngsca.gov (go to Departments, Procurement, Open Bids &
Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon
downloading the RFP via the internet, contact Craig Gladders, Procurement and Contracting
Manager, via email at Craig.Gladders(d)palmspringsca.gov to register as a firm interested in this
specific project, providing your company name, contact person, contact email address, office
address, office phone and office fax. Failure to register may result in not receiving addenda to
the RFP. Failure to acknowledge Addenda may result in your proposal being deemed non-
responsive. 'Note — registering for this specific project is a separate process and not the same
as registering online in our general vendor database.
EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been
developed in the Request for Proposals (RFP) format for the acquisition of Professional Services on the
basis of demonstrated competence and qualifications for the type of services required consistent with the
provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050. Accordingly, firms should
take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to
determine which proposal best meets the requirements set forth in the RFP document. PRICE IS NOT
EVALUATED AS PART OF THE EVALUATION CRITERIA, but shall be negotiated with the successful
firm or firms to be fair and reasonable. The City reserves the right to negotiate the terms and conditions
of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council.
The selected firm will be required to comply with all insurance and license requirements of the City.
DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200
E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY,
MARCH 29, 2016. The receiving time in the Procurement Office will be the governing time for
acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted.
Reference the RFP document for additional dates and deadlines. Late proposals will not be
accepted and shall be returned unopened.
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.
Craig L. Gladders, C.P.M., Procurement & Contracting Manager
RFP#03-16
Pagel of 45
32
pALA�
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP)#03-16
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PROGRAM
CONSULTING SERVICES
Requests for Proposals (RFP #03-16), for professional technical consultant services to assist
with the National Pollutant Discharge Elimination System (NPDES) Program within the City of
Palm Springs (hereinafter the "RFP") will be received at the Office of Procurement &
Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL
TIME, TUESDAY, MARCH 29, 2016. It is the responsibility of the respondent to see that any
proposal sent through the mail, or by 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 proposals. Telegraphic, telephonic, faxed or emailed
proposals will not be accepted. Late proposals will be returned unopened. Failure to register
as a Proposer to this RFP process per the instructions in the Notice Inviting Requests 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.
1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from
qualified professional firms to provide the City with professional technical consultant services to
assist with the National Pollutant Discharge Elimination System (NPDES) Program within the
City.
SCHEDULE:
Notice requesting Proposals posted and issued ..............................................February 25, 2016
Deadline for receipt of Questions....................................Monday, March 21, 2016, 3:00 P.M.
Deadline for receipt of Proposals...................................Tuesday, March 29, 2016, 3:00 P.M.
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.
"KEY" TO RFP ATTACHMENTS:
ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment.
*Must be completed and included with Qualifications/Work Proposal envelope.
RFP#03-16
Page 2 of 45
33
ATTACHMENT "B" — Non-Collusion Affidavit Form. *Must be completed and included
with QualificationsfWork Proposal envelope.
ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a
separately sealed envelope — do NOT include this with your Qualifications/Work
Proposal.
ATTACHMENT "D" — Sample boilerplate Contract Services Agreement (for reference
only)
2. BACKGROUND: The Clean Water Act (CWA) establishes the basic structure for
regulating discharges of pollutants into the waters of the United States and regulating quality
standards for surface waters. The CWA was based on laws enacted in 1948 and was then
referred to as the Federal Water Pollution Control Act. The Act was significantly reorganized
and expanded in 1972 and became known as the "Clean Water Act."
The CWA made it unlawful to discharge any pollutant from a point source into navigable waters,
unless a permit was obtained. EPA's National Pollutant Discharge Elimination System (NPDES)
permit program controls discharges. Point sources are discrete conveyances such as pipes or
man-made ditches. Individual homes that are connected to a municipal system, use a septic
system, or do not have a surface discharge do not need an NPDES permit; however, industrial,
municipal and other facilities must obtain permits if their discharges go directly to surface
waters.
The "CWA" establishes requirements for the discharge of urban runoff from the Municipal
Separate Storm Sewer System ("MS4") under the "NPDES" program. The Colorado River
Basin Regional Water Quality Control Board ("RWQCB") issued Permit Order No. R7-2013-
0011 ("MS4 Permit") to authorize the discharge of urban runoff from the collective Riverside
County MS4s within the Coachella Valley Region on June 20, 2013. This permit regulates
discharges from all MS4 facilities within the Whitewater River watershed in Riverside County
unless administratively extended, the MS4 Permit will expire on June 19, 2018.
The MS4 Permit coverage includes the Riverside County Flood Control and Water Conservation
District ("District"), Riverside County ("County"), the Coachella Valley Water District (CVWD)
and the cities of Banning, Cathedral City, Coachella, Desert Hot Springs, Indian Wells, Indio, La
Quinta, Palm Desert, Palm Springs and Rancho Mirage. The District is the Principal Permittee,
while the other jurisdictions are considered "Co-Permittees." Although all Permittees work
cooperatively to implement the area-wide MS4 program, as a Co-Permittee the City of Palm
Springs is ultimately responsible for compliance with the MS4 Permit within the City.
3. SCOPE OF WORK: Generally the scope of work consists of, but is not limited to the
following:
The selected Consultant shall provide a variety of MS4/NPDES related services to the City on
an as-needed / as-requested basis. Overall, Consultant shall provide services which
encompass aspects of the NPDES program as it pertains to the Federal Clean Water Act, the
Porter-Cologne Act, the statewide General Permits relating to Construction, Industrial,
DeMinimus and all related regulations, policies, procedures and actions as implemented by the
State Water Resources Control Board. With the elimination of Riverside County's Compliance
Assistance Program (CAP), the consultant shall be expected to integrate these services as part
of the City's overall NPDES program. Further, the Consultant shall provide policy assessment,
RFP#03-16
Page 3 of 45
34
scientific understanding and field implementation necessary to provide comprehensive support
to the City as it relates to the Waste Discharge Requirements for the County of Riverside and
the incorporated areas subject to the Whitewater River Permit, under Colorado River Basin
Regional Water Quality Control Board Order No. R7-2013-0011, NPDES No. CAS 617002,
Areawide Urban Storm Water Runoff Permit and any successor permits.
The City is looking for a Consultant that has a comprehensive understanding of the NPDES
program and can provide the capacity to advise the City on policy issues, review, develop and
update ordinances, resolutions, processes and procedures within the City, perform integrated
inspection services as they relate to construction, commercial, industrial and residential sites,
inclusive of ensuring Best Management Practices (BMPs) and/or Storm Water Pollution
Prevention Plans (SWPPP) are implemented, while ensuring the professional development and
understanding of the City's existing staff. Further, the City desires a Consultant which can
provide immediate and appropriate technical support to the City's Development, Administration,
Finance and Engineering staffs in order to ensure that the City has a comprehensive, integrated
program that dovetails with other programs such as water conservation, landscape
maintenance, water and wastewater operations. The selected Consultant shall have a track
record of working with the business community as a resource while ensuring that the
development and business communities come into compliance with applicable NPDES
requirements in a timely and fair approach. The City desires an approach in a combination of
prime and subconsultants in order to ensure complete integration of the various components of
the NPDES programs and in order to avoid gaps in program implementation.
The following sections provide further details regarding the City's needs and requirements:
I. NPDES PROGRAM ADMINISTRATION AND REPRESENTATION
The selected Consultant shall act as the City's designated representative as it relates to working
with the Principal Permittee (Riverside County), other co-permittees, regulators such as the
Colorado River Basin Regional Water Quality Control Board, other agencies and organizations,
including but not limited to the business community, environmental organizations and the
general public. Consultant shall be responsible for the administration and reporting
requirements set forth in the NPDES permit and as needed by the City for the efficient and
effective operation of the NPDES program. The following are necessary and typical in order for
the City to comply with the NPDES program requirements and to ensure adequate involvement
by the City in the NPDES Permit program:
1. Consultant shall attend and adequately represent the City at the following meetings:
a) Riverside County Desert Task Force Meeting, including any subcommittees as
created. Consultant shall have appropriate and demonstrated technical involvement and
historical understanding of the activities at these meetings.
b) Consultant shall attend Colorado Regional Water Quality Control Board meetings as
requested.
c) Attend City Capital Improvement Status meeting, Design Review Committee,
Economic Development Committee, Utility Commission meeting, Planning Commission,
or City Council meetings as requested.
RFP#03-16
Page 4 of 45
35
2. Consultant shall be responsible for administering the NPDES program within City
operations, including but not limited to preparation of the annual report submission for the
County; assistance in preparation of budget submission, special studies and other efforts as
requested by the City; maintain and update any databases as provided by the County of
Riverside or the City of Palm Springs; and, develop and present technical memos and policy
papers as necessary to provide information to City staff, the Principal-Permittee, Co-Permittees
and elected officials.
3. Meet regularly with the Public Works & Engineering Department liaison to provide
appropriate updates and status reports on various projects, to seek input and to respond to
requests as appropriate.
4. Shall assist the City in identifying and submitting applications for grants related to the
NPDES program, or other associated programs such as water conservation, facilities, and
others.
5. Assist in preparation of fee studies, cost recovery models or other activities in support of
the program.
6. Consultant shall have the capacity to review, analyze and provide technical, scientific
and policy assessment as it relates to analyzing proposed permits, Total Maximum Daily
Loads (TMDLs) and resulting regional wide programs. Consultant shall be able to
communicate effectively the impacts and costs associated with proposed actions by the
regulators, and be able to present said findings to the City staff and elected officials, other
elected or appointed bodies either orally or in writing.
7. Review and update the City's Local Implementation Plan (LIP) on an annual basis, and
prepare revisions as necessary to comply with current operations, NPDES Permit
requirements or other requirements which affect the operation of the LIP.
8. Review and update the City's Stormwater Ordinance on an annual basis, and prepare
revisions as necessary to improve enforcement of the NPDES program within the City.
9. Coordinate the invoicing of the City's NPDES Inspection Fee program, including but not
limited to: reviewing and revising the designations and classifications for individual businesses
within the City; field checking businesses to determine the appropriate prioritization of the
business; assisting city staff in accounting and invoice preparation, including preparation of
invoice master lists for billing; and, reconciling the City's business list against the MS4
database in order to maintain a current record of businesses for both inspection and invoicing
purposes.
10. Coordination with other water conservation organizations and agencies including but not
limited to, Palm Springs Wastewater Treatment Plant and Veolia West Operating Services as
plant operator.
11. Other administrative activities as requested in support of the NPDES program or other
associated programs, including water, wastewater and landscaping.
RFP#03-16
Page 5 of 45
36
II. INSPECTION PROGRAM
The selected Consultant shall have the capability of providing a variety of inspection services as
it relates to Construction, Commercial, Industrial, Restaurants and Municipal Facilities. The
inspection programs shall include compliance with the current version of the General
Construction Permit, the General Industrial Permit, the MS4 Stormwater Permit and other
programs as applicable. With the elimination of Riverside County's Compliance Assistance
Program (CAP), the consultant shall be expected to integrate these services as part of the City's
overall NPDES program. The Consultant shall prepare appropriate written inspections,
including documentations and photos as needed to ensure compliance by the inspectee as it
relates to the various programs and at a frequency accepted by the Regional Water Quality
Control Board. The Consultant shall also perform other types of inspections, including
investigations of alleged and reported Illicit Connections — Illicit Discharge and other
inspections. Consultant shall issue Notices of Correction and Notices of Violations to the
inspectee, shall maintain a record of follow-up inspections, and shall document evidence as
necessary in support of prosecution if necessary. Consultant staff shall have Qualified
Stormwater Practitioner training and at least one of the supervising inspectors shall be certified
as a QSP upon start of the contract. Consultant shall input and update the MS4 Database on a
routine basis as part of the inspection program. Consultant staff shall include Spanish speaking
inspectors to ensure that inspection program requirements are appropriately communicated to
non-English speaking inspectees. Consultant shall provide inspections, which include Municipal
or City owned facilities for the following program areas:
A. Commercial — Consultant shall inspect each applicable commercial business on a
frequency appropriate to the type of business, the activities performed by the business
which may result in exposure to stormwater, the SIC/NAICS Codes, and any other
information appropriate to the NPDES program. Consultant shall secure on a monthly
basis the names and addresses of all new commercial businesses issued licenses by
the City and conduct an initial inspection of the business using the Risk Based Scoring
System. In addition, the Consultant shall perform a Pre-Treatment Survey to be
submitted to the Palm Springs Wastewater Treatment PlanNeolia operators. Upon
completion of the initial inspection, Consultant shall establish the business priority within
the database and shall subsequently maintain all inspections within the Database as
appropriate. Inspections shall comply with the requirements of the current version of the
County of Riverside MS4 Permit. Consultant shall use forms developed by the City for
documenting each inspection. Consultant shall perform follow-up inspections as
necessary to ensure corrections of Notices of Correction or Notices of Violations.
B. Industrial - Consultant shall inspect each applicable industrial business on a frequency
appropriate to the type of business, the activities performed by the business which may
result in exposure to stormwater, the SIC/NAICS Codes, whether the business is listed
in the General Industrial Permit, and other information as appropriate. Consultant shall
secure on a monthly basis the names and addresses of all new industrial businesses
issued licenses by the City, conduct an initial inspection of the business using the Risk
Based Scoring System. In addition, the Consultant shall perform a Pre-Treatment
Survey to be submitted to the Palm Springs Wastewater Treatment PlantNeolia
RFP#03-16
Page 6 of 45
37
operators. Upon completion of the initial inspection, Consultant shall establish the
business priority within the database and shall subsequently maintain all inspections
within the database as appropriate. Consultant shall consult with Regional Water
Quality Control Board staff as appropriate in order to ensure that the industrial
businesses are in compliance and covered by the General Industrial Permit as
appropriate. Consultant shall use forms developed by the City for documenting each
inspection. Consultant shall perform follow-up inspections as necessary to ensure
corrections of Notices of Correction or Notices of Violations.
C. Restaurants - Consultant shall inspect each applicable restaurant on a frequency
appropriate to the type of business, the activities performed by the business which may
result in exposure to stormwater, the SIC/NAICS Codes, the presence of grease
interceptors and any other information appropriate to the NPDES program. Consultant
shall secure on a monthly basis the names and addresses of all new restaurants issued
licenses by the City, conduct an initial inspection of the restaurant using the Risk Based
Scoring System. In addition, the Consultant shall perform a Pre-Treatment Survey to be
submitted to the Palm Springs Wastewater Treatment Plant/Veolia operators. Upon
completion of the initial inspection, Consultant shall establish the business priority within
the MS4 Database and shall subsequently maintain all inspections within the MS4
Database as appropriate. Inspections shall comply with the requirements of the current
version of the County of Riverside MS4 Permit. . Consultant shall use forms developed
by the City for documenting each aspect of the inspection. Consultant shall perform
follow-up inspections as necessary to ensure corrections of Notices of Correction or
Notices of Violations.
D. Post Construction BMPS — Consultant shall perform Post Construction BMP
Inspections of all BMPS included with current and past WQMP documents in order to
ensure compliance with the requirements of the current version of the Riverside County
NPDES MS4 Permit. At minimum, all Post Construction BMPs, shall be inspected once
every three years and on a greater frequency if issues are identified. Consultant shall
work with property owners, property managers and tenants in order to ensure that BMPs
are operating as set forth in the WQMP document, and that said BMPs are being
properly maintained in order to ensure maximum effectiveness for pollutant removal.
Consultant shall use forms developed by the City for documenting each aspect of the
inspection. Consultant shall perform follow-up inspections as necessary to ensure
corrections of Notices of Correction or Notices of Violations. Consultant shall input
inspection information into the MS4 database on a routine basis.
E. Construction Sites — Consultant shall perform Construction site inspections on private
and public projects inclusive of private development and city capital projects in
compliance with the current General Construction Permit, the County of Riverside MS4
Permit and the City's current Storm Water Ordinances. Inspections shall be at the
frequency determined by the requirements set forth in the County of Riverside MS4
permit. Consultant shall obtain on a weekly basis a list of current public and private
RFP#03-16
Page 7 of 45
33
construction projects which have been issued a notice to proceed with construction
activities or a grading permit. The Consultant shall review the State SMARTS system in
order to verify that a project has obtained coverage as appropriate under the General
Construction Permit, and shall conduct an initial inspection to determine on-site
compliance as necessary based upon BMPs and SWPPP requirements. Based on the
type of construction, the Consultant shall establish an inspection schedule consistent
with the priorities set forth in the MS4 Permit, and shall maintain set schedule as
required during the wet and dry seasons. Consultant inspection staff shall have their
QSP Certification in order to conduct inspections. For public projects, the Consultant
shall be responsible, in coordination with city staff, for inputting City projects into the
SMARTS system, shall be responsible for ensuring that the public construction site
maintains adequate on-site BMPs, shall perform all necessary inspections, record
keeping and filing of annual reports, including but not limited to obtaining Notice of Intent
filings, filing of all required documents into the SMARTS system, filing of Annual Reports
if required by the duration of the construction project, and filing of Notice of Termination
under the direction of the City Engineer or his/her designee. Consultant shall use forms
developed by the City for documenting each aspect of the inspection. Consultant shall
perform follow-up inspections as necessary to ensure corrections of Notices of
Correction or Notices of Violations. Consultant shall input inspection information into the
MS4 database on a routine basis.
Ill. TRAINING
Consultant shall be capable of providing annual in-house training programs on various
aspects of the NPDES program. Training may include one-on-one mentoring, classroom
or tailgate sessions. In addition, Consultant shall maintain training records and input
training records into the database or annual report on a routine basis. Training topics
may include but not limited to:
a. Integration of NPDES requirements throughout the development process, including
WQMP components and Construction inspection requirements within the
development process;
b. Integration of the General Construction Permit and the General Industrial Permit, and
other statewide requirements into City operations.
c. Compliance with NPDES requirements in Municipal facilities.
d. Other specific training as determined by the City.
4. PROPOSAL REQUIREMENTS:
The firm's proposal should describe the methodology to be used to accomplish each of the
project tasks. The proposal should also describe the work which shall be necessary in order to
satisfactorily complete the task requirements.
RFP#03-16
Page 8 of 45
39
Please note: this RFP cannot identify each specific, individual task required to successfully and
completely implement this project. The City of Palm Springs relies on the professionalism and
competence of the selected firm to be knowledgeable of the general areas identified in the
scope of work and to include in its proposal all required tasks and subtasks, personnel
commitments, man-hours, 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.
5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based
Selection process to select a firm to provide the services requested by this RFP. The City shall
review the proposals submitted in reply to this RFP, and a limited number of firms may be
invited to make a formal presentation at a future date. 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.
6. PROPOSAL EVALUATION CRITERIA: 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. Consistent with CA Government
Code Section 4525/4526 and Municipal Code 7.04.050 for the acquisition of Professional
Services, price is NOT an evaluation criteria. Cost proposals submitted in separate sealed
envelopes are not opened, nor considered during proposal evaluations. Upon selection of the
most qualified firm, the associated cost proposal will be used as a basis for contract
negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal, and in
consideration of fair and reasonable and mutually agreed upon project costs and time
requirements. Should successful negotiations not occur with the highest ranked firm, the City
may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm,
and so on.
PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume
this prior work is known to 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.
An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all
responsive proposals to this RFP. 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 of NPDES Program and the requested Scope of Work(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 D.1 below, pursuant to the City of Palm
Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will
be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a
non-local business that employs or retains local residents and/or firms for this project.
RFP#03-16
Page 9 of 45
40
Non-local firms that do not employ or retain any local residents and/or firms for this project
shall earn zero (0) points for this criteria.
7. PROPOSAL CONTENTS: 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 10pt font size, minimum
3/4" margins, and may be no more than a total of twenty five (25) pages (sheets of paper,
double sided is OK), including a cover letter, organization chart, staff resumes, appendices,
and any exceptions to language, sample agreement, or insurance requirements. NOTE:
Dividers, Attachments "A" & "B", 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 #03-16,
REQUESTS FOR PROPOSALS FOR NATIONAL POLLUTANT DISCHARGE ELIMINATION
SYSTEM (NPDES) PROGRAM CONSULTING SERVICES." Within the sealed proposal
package, the Cost Proposal shall be separately sealed from the Work Proposal. Proposals not
meeting the above criteria may be found to be non-responsive.
EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED
ENVELOPES:
ENVELOPE #1, clearly marked "Qualifications/Work 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 2016 hourly rates for all classifications of personnel who may work on
providing the City with NPDES program consulting services as defined in the Scope of
Services and tasks identified.
• 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.
RFP#03-16
Page 10 of 45
41
SECTION A: FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND
BACKGROUND
A.1 State your firm's complete name, type of firm (individual, partnership, corporation or
other), telephone number, FAX number, contact person and E-mail address. If a corporation,
indicate the state the corporation was organized under.
A.2. State the name and title of the firm's principal officer with the authority to bind your
company in a contractual agreement.
A.3 Describe your firm's background and qualifications in the type of effort that this project will
require, specifically identifying experience with providing NPDES program consulting services
for public agencies.
AA List the name, current valid professional license numbers if applicable, 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 NPDES PROGRAM CONSULTING SERVICES
B.1 Describe in detail the steps that your firm would follow to provide the requested on-call
NPDES program consulting services as defined in the scope of services and tasks in this RFP,
including your work plan process and methodology.
6.2 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.
BA Identify a project for which your firm and the staff proposed for this contract provided
NPDES program consulting services for a public agency and performed the tasks and scope of
work defined, 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 industry issues and trends;
(d) Analytical capability;
(e) Oral and written communication skills;
(0 Interaction with client's organization, i.e., other divisions and personnel
(g) Sensitivity to funding constraints
RFP#03-16
Page 11 of 45
42
SECTION C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND
SCOPE
C.1 Provide a minimum of three (3) references for recently completed NPDES program
consulting 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. 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: Proposals will be received in the City of
Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME,
TUESDAY, MARCH 29, 2016. Proof of receipt before the deadline is a City of Palm Springs,
Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms
replying to this RFP to see that any proposal sent through the mail, or via any other delivery
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 firm unopened. Proposals shall be
clearly marked and identified and must be submitted to:
RFP#03-16
Page 12 of 45 43
City of Palm Springs
Procurement and Contracting Department
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn: Craig Gladders, C.P.M., Procurement & Contracting Manager
QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are
specifically directed NOT to contact any city employee, commission member, committee
member, council member, or other agency employee or associate for any purpose related to
this RFP other than as directed below. Contact with anyone other than as directed below
WILL be cause for rejection of a proposal.
An questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING
and directed ONLY to:
Craig Gladders, C.P.M.
Procurement & Contracting Manager
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Craig.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, Monday, March 21, 2016. 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 selected firm will be required to enter into a contractual
agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance
with the standard Professional Services Agreement (see Attachment "D"). Please note that
Exhibits A, B, C, D and E are intentionally not complete in the attached document. These
exhibits will be negotiated with the selected firm, and will appear in the final Professional
Services Agreement executed between the parties. Requested changes to the Professional
Services Agreement may not be approved, and the selected firm must ensure that the attached
document will be executed.
We specifically draw your attention to the language in the sections of the sample contractual
agreement attached entitled "Conflict of Interest' and "Covenants Against Discrimination"
and recommend all firms carefully consider these contractual requirements prior to submitting a
proposal in response to this RFP.
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 Proposer refuses or fails to execute the Agreement, or
negotiations are not successful, or the agreement is terminated, the City may, at its sole
RFP#03-16
Page 13 of 45
44
discretion, enter negotiations with and award the Contract to the second highest ranked
Proposer, and so on.
The term of the agreement that is awarded as a result of this RFP shall be in effect for three (3)
years with two (2) one-year renewal options.
AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide
all of the services identified in the RFP document. However, the City reserves the right to award
a contract to multiple Respondents or to a single Respondent, or to make no award, whichever
is in the best interest of the City. It is anticipated that award of the contract will occur at the
next regularly scheduled City Council meeting after the evaluation committee has made its final
selection of the firm to be recommended for award and a contract has been negotiated and
agendized for consideration. The decision of the City Council will be final.
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
RFP#03-16
Page 14 of 45
!p 5
any request for disclosure of information which the party has determined should not be
released, and 4) must indemnify and hold harmless the City from any loss, claim or suit,
including attorneys' fees, brought by a person challenging the City's refusal to release the
documents. The City will not, under any circumstances, incur any expenses, or be responsible
for any damages or losses incurred by a party submitting a 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 NOW
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
RFP#03-16
Page 15 of 45
- as
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.
RFP#03-16
Page 16 of 45
47
REQUEST FOR PROPOSALS (RFP 03-16)
FOR
NPDES PROGRAM ON-CALL CONSULTING SERVICES
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
To allow staff more time to prepare answers to the questions
that were received, the City has extended the deadline for the
receipt of Proposals to 3:00_ pm THURSDAY, APRIL 7, 2016. We
anticipate issuing the final Addenda early in the week of March
28tn
No deadline for questions has passed and no further questions
may be submitted.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: March 24, 2016
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 1 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
48
y k
N'
REQUEST FOR PROPOSALS (RFP 03-16)
FOR
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PROGRAM
ON-CALL CONSULTING SERVICES
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing an answer
thereto:
Q 1: Is this a fixed fee or T&M request? For each section I & III?
A 1: See Attachment "C"— Cost Proposal. We are requesting hourly rates, and that
you identify any and all other associated costs.
Q 2: If Fixed Fee:
A) Section I — how many meetings are anticipated monthly? Is there an existing
cost recovery model? How many grants is the City expecting to apply for?
B) Section II — are training sessions internal or to include City Staff, permittees
and/or the public as well?
A 2: This is not Fixed Fee pricing as the program is just beginning and we do not
have exact numbers of meetings, grants, etc. to base any fixed fees upon. See the
Cost Proposal page where we have requested hourly rates.
Q 3: Is the City accounting office, the financial arm for cost recovery data, invoicing,
permits, fines or do we have to include our own department for this services?
A 3: Yes, these services will be provided by the City's Finance Department.
49
Q 4: Will we need to set up our own Duly Authorized Representative (DAR), Approved
Signatory (AS), or Legally Responsible Person (LRP) account in S
MARTS to manage projects on behalf of the City, or will we support the person
managing the City's existing LRP account?
A 4: The consultant will initially support the City's existing LRP account, but will
transition to being the DAR, AS, and LRP for the City.
Q 5: Who will enforce prosecutions /violations?
A 5: Consultant will provide letters of warning as appropriate, but the City's Code
Enforcement Division will enforce prosecutions/violations.
Q 6: Is the Cost proposal to include all man-hours broken down by direct or indirect as
referenced on Page 9 of 45 or are hourly rate schedules to be submitted by personnel
classifications only as referenced on Attachment "C" Cost Proposal?
A 6: The consultant is to provide the hourly rate schedules as requested, as well
as identify any and all other direct or indirect costs that may be applicable.
Consultants are to provide the rates to cover ALL costs (see page 20, Cost
Proposal, Attachment "C"). Any costs (direct, indirect, or otherwise) that are not
identified in the Cost Proposal will NOT be allowed or accepted after-the-fact once
the successful consultant is selected and a contract is awarded and executed.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement& Contracting Manager
DATE: March 29, 2016
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
5O
EXHIBIT "C"
CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE
51
REQUEST FOR PROPOSAL RFP #04-16
Engineering and Con lting ON-CALL CIVIL ENGINEERING
PLAN CHECK SERVICES
Submitted To:
:itev 'H 1.
CITY OF PALM SPRINGS
Procurement and Contracting Department
Attn: Craig Gladders, C.P.M.
Procurement & Contracting Manager
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Submittal Date:
APRIL 12, 2016
Submitted By:
CASC ENGINEERING AND CONSULTING
Glenn Budd, P.E., QSD
77567 Country Club Dr., Ste 211
Palm Desert, CA 92211
(855) 383-0101 Ext. 4050
gbudd@cascinc.com
www.cascinc.com
�� I
CITY OF PALM SPRINGS
RFP#04-16
Endineer�n"And 9 ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
TABLE OF CONTENTS
SECTION
PAGE NUMBER
COVERPAGE 1
TABLE OF CONTENTS 2
COVER LETTER 3
SECTION A: PROJECT UNDERSTANDING
A.1 PROJECT APPROACH AND UNDERSTANDING 4
A.2 KEY AND CRITICAL ISSUES 5
SECTION B: SCOPE OF WORK
B.1 PLAN CHECK SCOPE OF WORK 6
B.2 PROJECT EXAMPLES 8
SECTION C: STAFF QUALIFICATIONS
C.1 ORGANIZATION CHART 13
C.2 RESUMES AND REFERENCES 14
SECTION D: FIRM QUALIFICATIONS
D.1 COMPANY OVERVIEW 31
D.2 PRINCIPAL OFFICERS 31
D.3 BACKGROUND AND QUALIFICATIONS 31
D.4 SUBCONSULTANTS 36
SECTION E: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM
E.1 BUSINESS LICENSE 38
E.2 TEAM MEMBERS WITH LOCAL EXPERTISE 38
ATTACHMENT A 39
ATTACHMENT B 40
ADDENDUM 1 43
5,13
z
Gnt;ine.ering and Consulting 77-567 Country Club Drive,Suite 211
... ._... .. .., .. Palm,Desert,CA92211,
City of Palm Springs April 12, 2016
Attn: Craig Gladders
Procurement and Contracting
3200 Tahquitz Canyon Way
Palm Springs, CA 92418
REQUEST FOR PROPOSALS RFP#04-16 TO PROVIDE ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
Dear Mr. Gladders,
CASC Engineering and Consulting, Inc. (CASC) is pleased to submit this proposal to provide On-Call Civil Engineering
Plan Check Services to the City of Palm Springs. The enclosed proposal highlights CASC's background and extensive
experience relevant to the services requested by the City.
CASC, a home-grown product of the Inland Empire, was established in February, 1993 and has been providing
professional services throughout California for over 23 years. Our engineering, water quality and survey
departments will serve the City of Palm Springs from our Palm Desert office. This office is within fourteen (14)miles
of the City of Palm Springs Procurement and Contracting office. CASC will utilize two (2) sub consultants; LOR
Geotechnical for the geotechnical review and Traffic Energy Solutions (TES) for traffic reports, traffic signals, traffic
striping/signage reviews.
We look forward to working with the City of Palm Springs. Please do not hesitate to call if you have any questions.
This proposal is valid far 110 days.
CASC Engineering and Consulting Inc. has read the Draft Agreement for Professional Civil Engineering Plan Check
Services and will execute the agreement if offered a contract by the City and is able to meet the insurance
requirements contained therein.
CASC Engineering and Consulting Inc. has read the RFP and all Addenda's thereto and have incorporated all
requirements of said RFP and Addenda into our proposal, unless specifically noted otherwise.
C45C Engineering and Consulting Inc. has read the Standard Contract and are willing to execute the contract if
requested to do so by the City.
Sincerely,
CASC ENGINEERING AND CONSULTING CONTACT INFORMATION
Glenn Budd- Cell: (909) 645-0399
Glenn Budd,P.E. gbudd@cascinc.com
Director of Engineering Barbara Sherman: (909) 553-9865
bsherman@cascinc.com
2016-0069 gb/aa www.cascinc.com 54
3
CITY OF PALM SPRINGS
RFP riO4-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
Flolm"ring,snd Conultinq
A.1 UNDERSTANDING,APPROACH AND AVAILABILITY
ENGINEERING PLAN CHECK SERVICES
CASC is proposing to provide a Plan Check Review Team that utilizes a combination of a registered pro-
fessional engineers (PE), engineer-in-training (EIT), support staff and sub consultants to provide engi-
neering plan check services for each assigned project. When the scope of an assigned project is exten-
sive,the CASC project team can be expanded to include multiple PEs, EITs and support staff. The com-
bination of the registered professional teamed with a professional-in-training and support staff pro-
vides the City of Palm Springs affordable access to the expertise, experience and human resources
needed to accomplish cost-effective engineering plan check services.
PROJECT MANAGEMENT, EXECUTION, AND ADMINISTRATION
Upon notification of an engineering plan check services assignment, CASC's Project Manager will work
with the City's point of contact to obtain a project schedule of the assignment which covers normal or
"fast track" review. The Project Manager, Engineering Support Lead and sub consultant team lead will
meet to discuss the nature and characteristics of the project and will then assign a PE — EIT team and
support team to the project.
The Project Manager will then coordinate a project kick off meeting with the City's point of contact to
discuss the project. The purpose of the meeting is to discuss the project, schedule and the scope of the
engineering plan check services required by the City. The Project Manager, Engineering Support Lead
and/or sub consultant will then attend the meeting with the City. For meeting efficiency, CASC will pre-
pare a meeting agenda and will submit a meeting summary following the meeting to everyone that
attended the meeting.
The Scope of Services for each assignment will be documented after the project kick off meeting.
When requested by the City, CASC will prepare an estimate to complete required services based on the
Scope of Services that emerges from the kick off meeting. Thereafter, CASC will execute the scope of
services.
Engineering plan check services provided will be consistent with the standards, guidelines, criteria and
regulations of the City of Palm Springs, Riverside County, Coachella Valley Water District, etc. Engi-
neering plan check services will be consistent with civil engineering standards of practice.
Open and regular communications are essential to successful execution of engineering plan check sup-
port services. Routinely, at a frequency to be determined during the project kick off meeting, CASC's
team assigned to the project will provide a status report to the City's point of contact for the project.
For updates between the formal status reports, the City's point of contact will have access to the Pro-
ject Manager and Engineering Support Lead via cell phone,text or email.
CASC will endeavor to maintain the same PE and support staff team for the duration of the project. For
long projects, CASC will identify a backup team to support the primary team. The purpose of the back-
up team is to provide project coverage during vacations, sick days or personal leave days, if any.
Engineering plan check services will be invoiced in accordance with the flat rate per sheet fee located within the
RFP on pages 4-6. These invoices will be done monthly. The monthly invoice will identify the assigned projects
with the time and expenses expended in support of each project during the prior month. The monthly invoice
will show expenses an the project from inception to date and the overall total for engineering plan check services
performed on behalf of the City of Palm Springs.
�J.=J
4
CITY OF PALM SPRINGS
RFP iiO4-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
P;nginarn n;{and C,n rolling
Based on the Project Manager's and Technical Director's careful evaluation of the Scope of Services in RFP No. 03
-16,the availability of key team members and support staff is sufficient to meet the needs of the City.
A.2 CRITICAL ISSUES
ENGINEERING PLAN CHECK SERVICES
THOROUGH FIRST PLAN CHECK
CASC will review the first plan check submittal package for completeness prior to beginning any review This is
step one in providing a complete and thorough plan check. Any incomplete submittal packages will be returned
to the city with an explanation of reasons why and where the package is incomplete and any missing infor-
mation. This will prevent incomplete and additional plan check reviews.
NEW WQMP REQUIREMENTS AND NEW TEMPLATES
The Permittees to the Whitewater River Region MS4 Permit have recently adopted updated WQMP Guidance.
The WQMP requirements have evolved with the MS4 Permit, and the WQMP Guidance has become more com-
plex over time. Therefore, we anticipate that some of the individuals that prepare WQMPs will lack familiarity
with the new Guidance and will require some time to come up to speed.
CASC addresses the lack of familiarity with the Guidance during the Plan Check process by recommending that
WQMP preparers stick with the updated Whitewater River Region Guidance and the associated Template, and
our Plan Check comments will refer to the approved Guidance and Templates. CASC also recommends early
meetings with WQMP preparers when first submittals fall substantially short of meeting the current program
requirements. These early meetings help get projects on track by reviewing the requirements, expectations, and
resources available to the WQMP preparer.
PROPOSAL REQUIREMENT QUESTIONS
What change, if any, would be proposed to the current performance schedule? CASC is acceptable to the cur-
rent performance schedule and does not have any proposed change requests.
What change, if any, would be proposed to the current "fast track" performance schedule? CASC is acceptable
to the current"fast track"performance schedule and does not have any proposed change requests.
If your firm has been retained in the recent past to prepare plans, studies or maps for private development pro-
jects located in the City of Palm Springs, what are the firm's intention if awarded the on-call plan check services
agreement? CASC does not have any current private development projects in the City of Palm Springs and does
not intend to have any during the on-call services agreement period.
Explain how a conflict of interest would be avoided in the event the firm is retained by the private development
community to prepare plans, studies or maps for projects located in the City of Palm Springs. At times CASC may
be in the position of providing consulting services to multiple entities within a jurisdiction. In such instances,
CASC will:
• Not accept assignments that pose a direct conflict of interest
• Advise clients of such known specific occurrences,when we have coincident compliance interests
• Assign separate staff to each client when we have coincident compliance interests
56
5
CITY OF PALM SPRINGS
RFP#04-16
I'.neinrin�and l' n,ulii"t ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
BA SCOPE OF WORK
CASC is proposing to provide the requested services as listed in the City of Palm Springs RFP#04-16 "On-Call Civil
Engineering Plan Check Services". CASC and our sub consultant team consisting of TES for Traffic and LOR Ge-
otechnical for geotechnical proposes to provide the following services.
On-Call Civil Engineering Plan Check:The following services shall be provided to the City of Palm Springs;
1. Review plans for public improvements, including but not limited to streets, curbs and gutters, sewers,
storm drains, culverts, rough grading, traffic signals, traffic movement,traffic striping/signage, sidewalks,
and onsite grading/paving. Traffic Energy Solutions (TES) will provide the traffic signals, traffic move-
ments and all traffic related review services.
2. Review supporting studies, such as drainage studies, hydraulic analysis, quantity calculations, pavement
design, structural calculations and other calculations and studies needed to support the design of pro-
jects identified in Item 1 above. Pavement structural sections and geotechnical reports will be reviewed
by our sub consultant LOR Geotechnical.
3. CASC's Survey and Mapping Department will review all subdivision maps including final tract maps and
parcel maps. They will also review and verify Right of Way documents including but not limited to legal
descriptions for easements, dedications, lot line adjustments and parcel mergers. Verification of the
Basis of Bearing and Benchmarks will be part of the review process.
4. CASC's Water Quality Department will review NPDES requirements including but not limited to Storm
Water Pollution Prevention Plans(SWPPP) and Preliminary & Final Water Quality Management Plans (P-
WQMP AND F-WQMP) for compliance with current regulations and requirements. All plans shall con-
form to the City's NPDES ordinance and the policies of the City Engineer.
5. All plan check reviews will be done in conformance with the city's ordinances. The Condition of Approv-
al, agency standard drawings, approved site or tract maps, Planning Department comments, Title Re-
ports,Technical Studies,verify WDID issuance, grants or vacations of Right of Way, Lot and Tract Bound-
ary closures including reference maps, assessors maps and all relevant plans, specifications, etc. will be
part of this thorough review.
6. All plan check will be performed under the direction of a licensed professional (s) by the State of Califor-
nia. Our team consists of multiple PE,TE,CEG, PLS and other licensed professionals.These professionals
will work as a team to review plans,and documents for the City of Palm Springs. A Professional will sign
and stamp original mylars signed by the project's Engineer of Record when ready for approval by the
City Engineer. An Approval Letter will be sent to the City Engineer stating that the plans have been re-
viewed and approved by our professional team.
7. CASC agrees to all expedited or "fast track" plan checking in accordance with the approved "fast track"
performance schedule.
R. CASC has a plan check spreadsheet for plan check status that will be placed on-line to allow the city and
the developer to the view the plan check status.
9. CASC's professional team will review cost estimates.
10. CASC's Project Manager will meet with the City Departments at each plan check. These meetings will
allow input from other city departments beyond the Engineering Department. These departments could
include but not limited to Planning, Building and Safety, Fire, Utilities,Water/Sewer, Water Quality, Sur-
57
6
C_ C CITY OF PALM SPRINGS
v RFP#04-16
ill;;;I'l d l".n, ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
vey, Parks and Recreation, etc.
11. All work will be done by the team of professionals within this proposal. The Director of Engineering Ser-
vices or City Engineer would have to authorize any substitutions of the sub consultant team.
B.1 WORK EXAMPLES
CASC's examples of a typical plan check procedure are on the following pages.
53
7
1470 East Cooley Drive
Colton,CA 92324
Office: (855) 383-0101 ext. 5370
Cell: (951) 833-0878
Engineering and Cons Iting Fax:909.783.0108
First Plan Check Comments
The purpose of these first plan check comments are to provide a format for uniform, comprehensive,
and well-documented reviews of the Planning and Engineering Improvement Plans and reports
submitted by project applicants. The completed plan check list should be transmitted to the project
applicant with the project improvement plans and report with redline mark-ups. A copy of the
completed checklist should be retained with the project planning/permitting file.
Planning Project/Design Review Number: Tract Map 36388
Project Name: Oak Creek Canyon
Project Address: On Bundy Canyon Road between Farm Road and Sunset Avenue, Wildomar
FIRST PLAN CHECK COMMENTS(TR36388—OAK CREEK)
Planning—Conditions of Approval Review
1. Condition of Approval (COA)H10—Mitigation Measure (MM)#3.3.1 identifies a necessary
traffic signal at Sellers Road and Bundy Canyon Road.This is an off-site improvement and not
shown on the current plans. Please update Bundy Canyon Road Street Improvement Plans(SIP)
if applicable.
2. Condition of Approval (COA)#10—Mitigation Measure (MM)#3.3.1 identifies a necessary
traffic signal at Monte Vista Drive and Bundy Canyon Road.This is an off-site improvement and
not shown on the current plans. Please update Bundy Canyon Road Street Improvement Plans
(SIP) if applicable.
3. Condition of Approval (COA)#10—Mitigation Measure (MM)#3.3.1 identifies a necessary
traffic signal at Harvest Way West/East and Bundy Canyon Road.This is an on-site improvement
and not shown on the current plans. Please update Bundy Canyon Road Street Improvement
Plans(SIP).
4. Condition of Approval (COA)#10—Mitigation Measure(MM)#3.3.1 identifies a necessary
traffic signal at Sunset Avenue and Bundy Canyon Road. This is an off-site improvement and not
shown on the current plans. Please update Bundy Canyon Road Street Improvement Plans(SIP)
if applicable.
5. COA#12 (MM 3.3.5) identifies the construction and/or payment of fees in-lieu for a traffic signal
at Murrieta Road and Scott Road. Please provide clarification if said traffic signal will be shown
on the Bundy Canyon Road (BCR)SIP at this time. If so, please update the SIP plans as
appropriate.
6. COA#14(MM 3.4.2b) identifies the grading plans shall provide reference to a sign that will be
posted on-site stating that construction workers need to shut off engineers after 5 minutes of
idling. The California Air Resources Board(CARB), in Title 13, Chapter 10,Section 2485, Division 3
Page 1 of 14
www.aei-cosc.com
8
1470 East Cooley Drive
Colton,CA 92324
Office: 1855) 383-0101 ext. 5370
Cell: 1951) 833-0878
F:ngincv ring and Cnn� 'iting Fax:909.783.0108
Engineering—Storm Drain Plan Review
General comments:
1. Catch Basin lengths need to be calculated in the Hydrology Report therefore they could not
be checked for accuracy.
2. Storm Drain crossing with the proposed sewer and water have not been reviewed. CASC
has not received the proposed water and sewer design plans.
3. Construction Note No.4 is listed as Class IV RCP on Sheet No. 2 however listed as Class IV
and D-Load in Plans.
4. Construction Note No. 16 is listed as CalTrans Wingwall Std. D89. Std. D89 is a straight
headwall.
5. Construction Note No. 17 is listed as a Modified CalTrans Std. The Note does not callout the
Caltrans Std. No. or what is the modification. Any modification should be shown in a detail.
6. Add Construction Note for Special Connections to Catch Basin per RCFC&WCD Std. CB109
for outlet pipes connecting at the catch basin corner.
7. Add Construction Note for Junction Structure No. 3.
8. Add Construction Note for Bulkhead at end of pipe.
9. Show Street Names on all sheets.
10. Show street dimensions on all plan views.
11. Label storm drain pipes to be "Maintained by the City of Wildomar or"maintained by
Private entity(HOA, Etc.)".
12. Check centerline station of Storm Drain Manhole shaft and adjust to meet standard
drawings.
13. Show elevations for all wingwalls and headwalls.
14. Show stations at begin/end of all wingwalls and headwalls in plan and profile.
15. Show stations at begin/end of rip-rap both in plan and profile.
16. Turn off striping.
17. Omit the gutter lip within the local depression.
18. Label all basins.
19. Show Water Surface Elevation (WSE) in the basins.
20. Show topo at Inlet/Outlet Structure at the connection with natural ground.
21. Move storm drain manholes out of the street cross gutter.
22. Show all Catch Basin information which includes Street Station, Catch Basin Number, Width,
Height,Top of Curb Elevation, etc.
23. Condition of Approval No. 26 of Public Works requires upsizing of the existing 36" pipe
under Beverly Street. Where is this condition addressed on the plans?
Specific comments:
1. Sheet No. 1.
a. Revise General Notes with City of Wildomar and Matthew Bennett.
b. Revise Utility Names. The Approved TTM list Elsinore Valley Municipal Water
District and The Farm Mutual Water Company.
Page 3 of 14
www.aei-casc.com
9
SAN BERNARDINO MUNICIPAL WATER DEPARTMENT
PARCEL MAP NO. 19395
WATER IMPROVEMENT PLANS
Y m n V1C11 1 MAP
¢Iy
Lfi�
1 KEND
"...i... s ✓wr - � - .��
w
yrry((�
itQ
.w aq��9 $p __.__ �' _ c !k .k-=_ {n..'•igF BLp .�
r *, �
CA
.ION BDU_EVARD �Jy �G.va ,^� >• � o
v +\ r eEa°x°a�! eu�wns 4W+,P+.w{ks I BUI.Oapl '�•'
any.. Yweu war/ Q Ltwwru ..n rv.w..:n INQfiX.MAP
i cartnwe-um.a, ..roles �'M` .
fi !/ �wywy�A L Yw:u pie' ff f�•Srn� RnrN.,
LwyLn m`��un qyl f 1�id w YMP_ l.0/0 �.J,MAPs B/!•
w dTY FIRE DEPARTMEIrt'S CER11 ICAIE
w s n.r..us
.m
C�l
WATER DEPAffrMe Pe
(l.mw n sa.� .. ., r a— rLwxorwne-rtwmsm rtaalm �we -- w.
aLwmalrnr /7 �L �...i.�.wn 1 �y>n.�+sF�� •— wrno�e.vA wwororte awo �4'°..S ea
. a— n�. b.+✓ e— RMIMOP.iCl+F-erw aworoeraawa
_ T- Lo:.s W. _/ .n.n...,, ,, � •-.- nw Morraa-rtw rom,L_ HJ(YNEERCERfgCATE
��.e.: .an ..wmw.w - .ow,E R... T� rtnow.romvac-rtw awmronw mlao oaw _ ti`�L.Ar�u�LLY'"N'"
�,< a— nra Morwne-mw rtworomw wa
Waaaaea.lme •-•.� """m•�•" � •,•L.o:s.o wu u.nw. •— WT.uea-rtw Nmrortwaw _ �,wM1.. —�rz
erwoWoosras M�"°p1p !/n,a..
4 Bf— a sw�
1"�I�5 ENF5 M•<w y.a,.e. �1M'ercs in �c m�a Cltt OE SPN BERNPRDIlb
C y L lq p� °m eY m� wy fi w / �� MNNILIPA WATER DEP R MENT
wva
f w.� f urw wwn una PMCEL MM N0. 19J95 I 1-coo '^�..� �"",�n,�..,....... I/rww-«.wow.,, �.� calm
1331-z6D0 e,�.n, 4.'w...o...a..wawa,•e.»,,.., ..•-• a
i a uuL Deno rt.Ma a/ma[onv WT SHEET l B✓/ 9
nc rw.w wz `oµa' wwc[o n.
..r �
Q0@,�GYOD
aR Tam
M
IMPROVEMENT PLANS �_ '`;� �aIVEO
TRACT NO. 36388 --- ,
CITY OF WILOOMAR g "• �� sFF
�4Fi
/ CREEKSIp / —
�. 3 ;' I•. z �r
E SHEET NO.{ I
BEE SHEET NO.] I ,.
S t
N T
NQ] wm va ��nml 1J .L� BUNDY CANYON ROM ,[�p��ia.'/I/r�s1 /r-•• � m
I" ..
so NOTE: / w
HARVESTWAY(W) ;x m.�xsm so.R.x
SEE SHEET NO.9
NOTE_;
SEE SHEEP NO.5 ";ma""o W' COTTONWOOD AVE.
CLUB AV.. ELIZABETX AVE. +W.x
— -- - _
-.— - SEE BNEET NO.T SEE SHEET NO 8
-40.6
5 .-
O
INDEX MAP SUNSET AVE.
i
it
BUNDY CANYON ROM SEE SHEET N0.8
`gyp LEGEND OF ENGINEER'S NOTE:ABBREVIATIONS
YWi " L f NOTE:
( rRuaz°"..lws::w
Q' m 4 "l ec g � Z"AToT:wopu`�cso-Y1", r lX_
Q!� W?xaY S0.R)u'1 � x m R
[f po R Rn� 1 x ttw.[Lnw TM T4
BASIS OF BEARING =P�4. —T Laro.m.R+ LEGEND i wY::11a:m.mz+cRYRo.Yc
r[ rtui wHgM li]xn ul 1 SITE yT.(w V
.. . x SOILS REPORT R•VALUE PER: s a:Wu<R„EzR°Co�°� ,� T.K.erc: y
.L[asauci x [ rc I Ezw.,,.) n ro ..e w,Rw�as
BENCHMARK .�eR �+rzum%E aRfu xoRn..ego, "T K'u'Lu F,.,. ion)io o .s...R sw s so
w.wu crew Yne.rc. - a.uu+o. ! rR TETT ALL ME L.n m!a L.<z w T4
>u[s xo, �w xz a msRwse_5
fr Gus/!�7 aR sW1crva< o w Ynxwm"u[. am uo.a. .w
'.. sr w.az.wwz sow Ew E.L w+e sn
..+, z• :•<o »ow [[Wuw�Ei
SOILS ENGINEER Ro.ExRaLE so.a,zwe s. mu wcu OWNER: VICINITY MAP
INDEX OF SHEETS
r
,.,u x.wes�;ww�rzm wrxrc aorzcxxw n Rw w Q.
♦)es EMEW.axIc romx.I OI M RY4F uM swetL, w rs g�.ro Yy�Q,
TuECUA LA 9i.. S5 B 4.EP 5•srtu urc916
(n+:3m-.].- f9 s)ztB 6J21 ¢Tus. umeisww
uFC).06.YYM0.R3dNTEFi[q�
g 17� 111 5)RFfl Y4bWEMRx{
R
[Y ,^ E _ - _ M LooNAR A�_i, VSL ENGINEERING Tw,cr CITY 0 DOMAR
cm of wr - - -
5 .
F WIL nuM
•aLo w raww L.Q.. OAN REEXEANY(81.SCXEWLE•A'
STREET r .n
n Li
Fa._[vE O
,R�acxRve(a.'Y. :R:6„.:^, wx....Re Y„�..Q.. a,E -- X`.YP1V..P)!9[YICYYB,w �, ,® EET IMPROVEMENT PLANS
rusxu.ueervu u., .r. .....°bmip E. __-- REMSUH$ urv"�- ` rwsrw Fn.mt x xiw v.r.xYe 'J/1Cc ff/FFl- a 12 t
cn
iV
STREET/STORM DRAIN IMPROVEMENT PLANS STREET CONSTRUCTION NOTES A QUANTITY ESTIMATE
GENERAL NOTES: by„e,,, xo xxs,. cPMw.' 'rs.z __. xuxnn .as
N "�x /= Ra', TRACT NO. 36388
Ya':ow.1.F�. CITY OF ]';rt.�. . o°p:r.�,p:,pp..°�`Yp
xpxxFN.4ro N[4 EoJC E1 IT h[tR D.
CW O, pJ,f.1 C
w� TMY[z rq rN5°FDSCr. qrW Sru}[5•xp/p e[.YY]
EON I
_ _
Swt B OF'It
d'R S�T.6 %vR'S vNC,F,, Nn SC.Rc.vA Oo(RS]C LW'
C M N3rMY oREWKpT rK u' SRC
"Es To ecO.xw Or x«swerw Bn er Yn
wa[ ( 1 m corzra"cT'w — -- x
i ..LSv// _
aS ^xKmYw v sxa.o �. N.FA TxY.o[°�q m sin �� xo
s z or r.[cm w KEwKw s
'r n
r q .—,, z 1 YmwIDwrsrr..rwNs, I i �� � t U.
.wun'u �� ` e[ an rnsw.
1p [bL[ ]FKx ' J �'RKx [Gi✓.'IN 9AiW[ p' xin4[uSs Ell -
4. EEITEE. ss. .awe"rp P.we Er m �e,� K "'•L 0. D la sl W[ i.iu
cmc a RL TO. K p.w m , r ,re]a Y f/ a PJm me s ra rv..[uc svw pY.•¢ RN coN.TAxo.wlFw n wu is sm... .Rtl..`LKs a.p'xsK.p wnmx+m X.Tl Rn.eD.N.&vo.euAliArv,.e) �.e x s�.K vpow.nx K,.us p�x.c
KnwaYc so Wm Yw+ve/B'rxo. m - x.va
'�sw,um 'a.+:ww w.:�`:i`scr°s w`miO[ tm ax scr you cwzq e. CYST. a[YY
..RoLIOEO�TO rw TB[s✓[ asw[rw m[ n
,,. . .n 'm`YYN�'
cv LeGJ'e'ww.�
,. s ow`0xm cB.p o onE K sxu a .N NOTE[sr.K.•s z"pr Ox ss•.
wvF s wY EEO
1�� wrs pia '`➢ s` �' c �= s m[>,.Y� •TY.as� xx o.�w - was[. Pvo�[B w _ — ° _ ww"rTO
a.Y[rc nYiswo`s.YL<ovo00 o scow],.n Jwm w v o wu [1v[w:.w¢LY so
Tin s. �[Ys...'uKYT` •.rsp e c • .v Bt
w
w aou y-yxcmnu,.w�s[e..rvex-T.a .YI •xY .cxo
/,� c
'.T w—E iu� f wo m[� r "ttW "Im sou&rom �1 -/�cr'v� Two. 1p1 F pwE. u [e vss �arL.•e.' srMaeb+wu
[ E [ we c E cs (AeJ'FwPc/r .1 w.a'Kw art ♦rt�s•wq �...b/m-A,w'/) D� ,w,a[xL. s+wan wt P eW! E Tn[p .YPxOFn �mrw 1KYptl 5ECTw , / _ 6(h 10 t4
4,.rv'w 1 Ylon vaw wa(SBJr _Y.fYgl 1. ,MZ/bS NY C0.iN.M0.l'/ PoV 'T /lY,�
'.1 'O1R' B:xST4L[p x•tt[g E 5nx nc Jw"dtt sm[n ILTA NTA. may__-._ r
O w RM ���
'...u urtB..O m T.ox[nar Of rout.oNxz rgxso[ N [n r i.wx oCu T PM YT
x n nPAVEMENi JOINING OETNL
rc NYvq.
,aOx M RSWC TW JNO [ w�`� �] S • H y> T W-SS' _. _. _ _ - ZVC
w w.- Tl s O c'Ygvrt \
k� �-
4Oe1" [ �O T�J .aK.. [ surn.a yu °.]p se Cuss Ka A /
( 11 /hol: WITH FIE S C [w[uc[ i .®wtW.a(rm Y•STi.n4fM�i(9) ` llOH. , Lb' tIM"��29/ OI 'v�� 1 /; w Y.'�
b]w0(��v E v GPMKgx .. •/PyyS'A6 --�
Y rswzl D ox m...7P . T.e�. °'°' RN�,'aTa,jp o/"' iw.u.M Ra.IN
° °v;�To EEI SFEUnw.'"I KILrs .,.wrt[�xt cal. M.
m .wo xwxY. n.T.c Ally Skriaw/< �u,vssrfFe✓ut
�prK p[.LLaN.NY.a ussvxsu xE.Y w..x ot EYBT
Yq uYeavcs v.uwoo w TK x.:w.(l.1.n.Yv.T'.T'n www xn r.,v.� .[-q..�e•'
xB[W oY w YOYann rv.c[q To TxE Pxpx.. EKEK.CS.M[ r __. _ w-'u' N/. �.
Nmu[s ..Ore r s o.as r-[T
T WC1r K SM Wt [ I.
6 5f Wp11
T. 0.TO S
u. . w �w'cu,.xpiti I RAMP AT
�[e xa.s u E quy w'..[aP w[u u x[erzn n m[ Al
a T
K F-A.nm "-ws•r$'7�u. �O.K' —E w'.rvx '°' SOILS REPORT R-VALUE PER:
tar suss rl /a&' 1,. RLY.,.w„r.Jo p.QNx
e'.o.w2nwv eo`,1.....11
nN m am xo Iw sw El) O LasTi �sT ...,e. r —:iivufo
META, N.T.S.
[ - CITY OF W EDONAR aaxu eEx>+yB+ y�K
mq .._Y....L Nor ..... _ . °"_"`" .tartorv. ,.z c,,, VSL ENGINEERING -- TRAQTNAaseyeg IrAy PgB[1 puYNeN
EKE E
"T� 9 .w EYrtBP� CITY OF WILDOMAR p
�> "IOTT,
OAK CREEK CANYON-SCHEDD_ETA'
STREET IMPROVEMENT PLANS _-
::."1igr..::'�'s.n•. .ex'axs �,[.. arrzrYamsYa », «,. Y'... EFE.ro> _-_---___.._CROSSSECTIONSAND GUANTRY ES1IIA4TE5 0` tz FTTl
W
C*E _GCITY OF PALM SPRINGS
RFP#04-16
En KineerinR and('.on. IIInR ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
C.1 PROJECT TEAM ORGANIZATION CHART
Mr.Glenn Budd,P.E.,QSD,our day-to-day contract and Project Manager,will oversee all work,and using our in-house QC procedures and sound engineering judgment
based upon experience,will continue to monitor and review that work. In addition to the ongoing project reviews and checks, review meetings will be conducted by
Mr.Budd and the overall team at milestones during the plan formulation process to allow input and provide discussion of alternatives or issues.
CASC is pleased to present the project team shown in the organization chart below. Our team of professionals hold credentials that attest to their knowledge,skills,
and abilities. By presenting credentialed and experienced staff,the City of Palm Springs have exceptional confidence in the team.
ON BALM$pQ PROJECT TEAM
I
N CASCTEAM
u
SUB—LOR GEOTECHNICAL
Oq/Oad�P SUB—TRANSPORTATION
ENERGY SOLUTIONS
enc�n.nr; mi
DIRECTOR OF ENGINEERING
GLENN BUDD, P.E.,QSD
LOR � �.
DESIGN SURVEY CIVIL ENGINEERING WATER QUALITY
PRINCIPAL TRANSPORTATION ,-
ENGINEER PRESIDENT
GLEN R.PEDERSON,P.E. DIRECTOR OF FIELD SENIOR PROJECT MANAGER ENGINEERING DIRECTOR JOHN P.LEUER.CE,GE
TRAa OPERATIONS BARBARA SHERMAN,P.E.,QSD JEFF ENDICOTT.P.E.,BCEE,
ENGINEER PRINCIPAL
NSPORTATION RICK FURLONG, -5 CESC.OSP/D.TOR VICE PRESIDENT
ENGINEER KEVIN OSMUN.CE
NATHANIEL S. BEHURA,M.S., M.B.A. STAFF GEOLOGIST
DESIGN ENGINEER II PROJECT MANAGER ROBERT M.MARKOFF,PG.CEG
SR.SIGNAL TIMING/FIELD . MAPPING MANAGER ANTHONY MISTRETTA,P I )MELANIE SOTELO,CPESC,
OPERATION JESS BECERRA,LSIT QSP/D CPSWQ,QSP/D,TOR
JOSEPH D.PROVENZA STAFF GEOLOGIST
ANDREW A.TARDIE
ENGINEER/CONSTRUCTION
MANAGER STAFF ENGINEER
DAVID E.NELSON,PE DANIEL WISHARD,E.LT.
SR,SIGNAL/OPERATIONS ENGINEER
CAN DOAN,PE
Cr
y.
13
CITY OF PALM SPRINGS
RFP#04-16
""""'° ...... `""'°""'" ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
C.2 TEAM RESUMES
El GLENN BUDD, P.E.,QSD
DIRECTOR OF CIVIL ENGINEERING/SENIOR PROJECT MANAGER
• AA/Valley College/San
Bernardino Mr. Budd is a Registered Civil Engineer in the State of California. He has more than
• Civil Engineering 30 years of experience in management, strategic planning with preliminary and
Coursework/California
final engineering design of numerous and diverse projects throughout the Inland
State Polytechnic Empire. These projects include communities and cities in San Bernardino and Riv-
erside Counties,also several projects in Orange and Los Angeles Counties. Glenn's
specific experience includes roadways, backbone infrastructure, water sewer and
PROFESSIONAL storm drain systems with underground piping and open channels for commercial,
industrial, residential,residential and public work projects.
Professional
Glenn has extensive management experience of both projects and staff. As a
. manager, is responsible for client relations, staffing project documentation, con-
struction support and Quality Assurance/Quality Control on all projects. He also
prepares or supervises the preparation of Water Quality Management Plans,
SWPPP, NOI, hydrology/hydraulic reports, sewer and water reports, project schedules and project status reports,
construction design plans including street, street light, signing and striping, sewer and water, reclaimed water,
storm drain, grading, erosion control and others. Glenn has a working knowledge of both AutoCADD and Mi-
crostation. He facilitates communications with clients, clients' consultants, public agencies and project teams,
both internally and externally. He oversaw the plan check of water projects for San Bernardino Municipal Water
Department.
RELEVANT EXPERIENCE:
North San Bernardino Industrial Park Plan Check-San Bernardino Municipal Water Department(SBMWD),San
Bernardino, CA:The Plan Check services on the North San Bernardino Industrial Park for SBMWD are part of the
expedited plan check required and paid for by the developer of this important project in the city. The project is
along Cajon Boulevard from Kendall Drive to the projection of Little League Drive in the northwesterly section of
the City of San Bernardino. The project is for new construction of over 6,600 linear feet of a 12-inch Ductile Iron
Pipe (DIP) that crosses existing BNSF Railroad tracks. The water line interconnections with existing 12-inch DIP
and 24-inch DIP. The plan check services including reviewing the horizontal and vertical design, quantities, fire
hydrant requirements,jack& bore casing design, adherence to SBMWD design and drafting standards, etc. Mr.
Budd provides necessary coordination with SBMWD staff to maintain records and status of incoming and out-
going reviews. CASC also provided the inspections services for this project. This inspection included continuous
inspection of the installation of the pipeline,fire hydrants,water meters, blow-off,etc. CASC prepared Tie Sheets
and a Project Close-out Book with photo logs,daily reports and quantity take-offs.
San Bernardino International Airport Authority (SBIAA) Plan Check -San Bernardino Municipal Water Depart-
ment(SBMWD),San Bernardino,CA:The Plan Check services on the SBIAA for SBMWD are part of the expedited
plan check required and paid for by the developer of this important project in the city. The project is along Vic-
toria Avenue and "U"Street within the San Bernardino International Airport. This project will support the reloca-
tion of the San Bernardino County Sheriff's facility currently located at Rialto Airport which is slated for closure.
The project is for new construction of approximately 4,000 linear feet of new Ductile Iron Pipe (DIP)that varies in
size from 8-inch to 24-inch . These water lines interconnection with the existing 10-inch ACP and 12-inch ACP
pipelines. The plan check services including reviewing the horizontal and vertical design, quantities, fire hydrant
requirements, jack & bore casing design, adherence to SBMWD design and drafting standards, etc. Mr. Budd
provides necessary coordination with SBMWD staff to maintain records and status of incoming and outgoing re-
views.
b l
14
CITY OF PALM SPRINGS
ie*icRFP#04-16
"" ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
CONT.GLENN BUDD
City of Wildomar Plan Check Services, Wildomar, CA: The plan check services for Oak Creek Canyon Tract
36388. This project is a residential development with 315 single family lots, a park and a commercial area. The
project will provide an important east-west corridor between the cities of Wildomar and Menifee. This east-
west corridor is classified as a 152 feet Urban Arterial Highway with an interim of 4 traffic lanes built per the
plans that allows for ultimate of 6 traffic lanes. The plan check includes review of street, street striping/signage,
street lighting, cost estimate, hydrology report, hydraulics, basin routing (6 basins), mass grading, and storm
drain pipes. The project is located within two separate receiving watersheds,Santa Margarita and Santa Ana.
Thomas E. Levy Groundwater Replenishment Facility- Coachella Valley Water District,CA: Project Engineer for
design of 39 new water recharge basins for Coachella Valley Water District. This project consisted of sizing ba-
sins, providing outflow pipes and spillways with basin interconnection, access roads and drainage channels
through the site.
El Cerritos Park- Riverside County EDA, Corona, CA: Baxter Miller&Associates was the lead consultant on this
project. Glenn served as the sub consultants Project Engineer of the design team for the El Cerrito Park project
for the Riverside County EDA in City of Corona. This park project consisted of baseball, soccer and play fields in
addition to basketball courts, picnic areas, parking lot to serve the community. There was match up pavement,
new curb and gutter, new driveways along El Cerritos Road and an combination on-site water quality and deten-
tion basin. Glenn was involved with the construction operation by responding to Request for Information (RFI),
coordinating with Southern California Edison, East Valley Municipal Water District,City of Corona.
Theater Square Project—San Bernardino EDA, San Bernardino, CA: Project Manager for the design and con-
struction of the 1 acre project. This project was for redevelopment of the existing abandoned Cinema Star Thea-
ter in downtown San Bernardino on the corner of"E"Street and 4`h Street. The project was to revitalize the sur-
rounding frontage improvements of the building to re-open the cinema by Regal Cinema. Glenn was involved
from the beginning of this project and worked as a partner with SBEDA and the City Mayor's office to complete
this project in the spring of 2012. The project had many aspects including demolition of the existing improve-
ments, design of the new improvements and providing professional assistance throughout the bidding, evalua-
tion of bids, RFI and construction operations.
Downtown Parking Lot- San Bernardino County Superior Court, San Bernardino, CA: Rudolph and Sletten was
the lead consultant on this project. Glenn served as the sub consultants Project Manager of the design team for
this project to provide temporary parking spaces during the construction of the new downtown San Bernardino
County Justice Center.
15
CITY OF PALM SPRINGS
RFP#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
r • BARBARA SHERMAN, P.E.,QSD
SENIOR PROJECT MANAGER
California State
Polytechnic Ms. Sherman is a registered civil engineer in the State of California. She has over
University/.•mona, twenty years of experience in the civil engineering industry. Her design experience
CA includes grading, sewer, water, street and storm drain design. She has design co-
ordination experience with various cities, utility agencies and railroad companies.
of
Riverside, Prior to joining CASC, Ms. Sherman was employed by ASL Consulting Engineers
where she performed street, sewer, water, and grading design for various agen-
PROFESSIONAL cies in Southern California.
RELEVANT EXPERIENCE:
Professional Engineer/ Plan & Document Review, City of Redlands, CA: Since early 2007, Ms. Sherman
r•
serves as one of the lead Plan Checker team members providing services at the
City of Redlands. In addition to assuring that Precise Grading Plans, Erosion Con-
trol Plans, Street and Storm Drain Plans, Traffic Signing and Striping Plans, Street Light Plans, Street Tree Plans,
and Storm Water Pollution Prevention Plans are prepared in accordance with the City's standards and acceptable
engineering practices, Ms. Sherman provides necessary coordination with City staff to maintain records and sta-
tus of incoming and outgoing reviews, meets with developers/owner's engineers,conducts site visits,and reviews
conditions of approval.
McSweeny Farms Park Site, City of Hemet,CA: Ms. Sherman served as the Project Manager for this 5-Acre Park
Site as a part of the McSweeny Farms Master Planned Community. Ms. Sherman was the interface between the
developer, City of Hemet, and Valley Wide Development and Recreation Department. Mrs. Sherman is the Engi-
neer of Record for this Park Site and provided oversight for the design which included pre-fabricated restroom
facilities,baseball field,soccer fields, basketball courts, exercise and playground equipment,and a tot lot.
McSweeny Farms Community Center,City of Hemet,CA: Ms.Sherman served as the Project Manager for this 3.5
-Acre Community Center as a part of the McSweeny Farms Master Planned Community. Mrs. Sherman is the Engi-
neer of Record for and provided oversight for the design which included an 18,000 sq. ft. barn-style building,
Olympic size swimming pool, open-air amphitheater,outdoor barbeque/eating area, basketball courts, and sever-
al meandering trails and sidewalks.
Pepper Avenue Extension,City of Rialto,CA: Ms. Sherman served as the Project Manager providing construction
support for the street,sewer, storm drain improvements. Review of RFI's and material submittals as requested by
the contractor and City.
Tract 31892, Riverside County, CA: Ms. Sherman served as the Project manager in charge of the designing ap-
proximately 3 miles of street improvements, rough grading plans,and 8"to 12" diameter waterline and sewerline
for 241 acre, 379 Lot residential site.The project involves inter-ties for temporary construction water until future
tank and booster stations are online.Coordinated approval of the final design improvement plans with the County
of Riverside and Eastern Municipal Water District.
Newport Commons Business Park,Riverside County,CA: Project Manager that provided oversight for the prelim-
inary and final grading,sewer and water design, street improvements, as well as the water quality infiltration sys-
tem. Project required coordination efforts between client, architect, landscape architect, county transportation
department, and flood control.
Stuart Avenue, City of Redlands: Project Manager for the design of approximately 2,000 LF of street widening
and side walk improvements. Includes coordination with utility companies and local agencies.
87
16
CITY OF PALM SPRINGS
RFP#04-16
6i�K"�""��"F 1i IfJ CnIHuI'iOl' ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
ANTHONY MISTRETTA, P.E.,QSD/P
EDUCATION PLAN CHECK TEAM
B.S.Civil Engineering/
California State Pomona,o
lytechnic Mr. Mistretta has over six years of Civil Engineering design experience.As a
UniversityrDesign Engineer at CASC Consulting, Mr. Mistretta has been responsible for
the civil design of a variety of developments including but not limited to
PROFESSIONAL
residential tracts, parking facilities, street and highway improvements, sub-
AFFILIATIONS station sites, solar facilities, and various other commercial sites. Additional
* Civil Engineer,California/ experience includes the development of multiple detailed hydrology stud-
ies and drainage reports, as well as the water quality design and develop-
memberr ment of Storm Water Pollution Prevention Plans(SWPPPs)and Water Qual-
ity Management Plans (WQMPs) for a variety of traditional and linear de-
velopments.
In addition to his current work in the private sector, Mr. Mistretta has also worked for the San Bernardino County
Flood Control District in the Flood Control Engineering Department. His work consisted of the civil design of vari-
ous flood control facilities including but not limited to open channels, drainage pipes, flood basins, and access
roads. Other public sector work included the creation of hydraulic models/analyses; the development of final
plan sets,specifications and cost estimates; plan checking; and the organization of field investigations.
Further work experience includes land surveying, mapping, heavy equipment operation, and conducting NPDES
compliance inspections.
RELEVANT EXPERIENCE:
City of Wildomar Plan Check Services, Wildomar, CA: The plan check services for Oak Creek Canyon Tract
36388. This project is a residential development with 315 single family lots, a park and a commercial area. The
project will provide an important east-west corridor between the cities of Wildomar and Menifee. This east-west
corridor is classified as a 152 feet Urban Arterial Highway with an interim of 4 traffic lanes built per the plans that
allows for ultimate of 6 traffic lanes. The plan check includes review of street, street striping/signage,street light-
ing, cost estimate, hydrology report, hydraulics, basin routing (6 basins), mass grading, and storm drain
pipes. The project is located within two separate receiving watersheds,Santa Margarita and Santa Ana.
Wilson Avenue Extension —Rancho Cucamonga,CA: Responsible for approximately one mile of proposed street
improvements along Wilson Avenue between East Avenue and Wardman Bullock Road in the City of Rancho
Cucamonga, CA. Services included street, sidewalk, and intersection design, as well as support in storm drain de-
sign, on-site and off-site hydrology,and the grading of multiple existing adjacent access roads, proposed drainage
conveyances,and proposed basins.
Casa Blanca Ranch —Yucaipa, CA: Responsible for the development of the conceptual grading plan along with
earthwork analyses for the proposed residential development. Also performed the sewer study for a portion of
the proposed development, analyzing multiple sewer alternatives in an area where existing grades limited the
use of typical construction practices. Responsible for the horizontal and vertical design of each proposed sewer
alternative.
Oak Valley Church—Calimesa,CA: Responsible for the grading design;the design of the proposed on-site reten-
tion basin and other on-site drainage conveyances; the design of the ADA parking facilities and other various
parking lot improvements;and the completion of the on-site hydrology study.
U.S. Gypsum Solar Facility — Plaster City, CA: Responsible for the site grading design and development of the
precise grading plan; as well as completion of the on-site and off-site hydrology study and development of the
final drainage report.
68
17
CITY OF PALM SPRINGS
e*icRFPH04-16
F'°"n.............i( ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
EDUCATION: JEFF ENDICOTT, P.E., BCEE, CPESC,QSD/P,TOR
BS/Environmental Resources PLAN CHECK MANAGEMENT SUPPORT—WATER QUALITY
Engineering/Humboldt State
university/California Jeffrey D. Endicott has extensive environmental and civil engineering expe-
rience as a consultant and in the public sector. Water, both as a resource
PROFESSIONAL and as a force in nature, has been a central element of Mr. Endicott's
REGISTRATIONS: work, with projects ranging from development of potable water supplies
0 Professional CrA Engineer to prevention of environmental damage initiated by rainfall and runoff.
#040658
Dakotas North r Mr. Endicott draws upon his public sector and private sector experience to
0 Board certified Environmental produce practicable solutions to complex environmental problems.
Engineer/National/#04-20040 Mr. Endicott is widely recognized as an expert on water quality manage-
* Certified Professional in Erosion and
Sediment Control ICPESC) ment planning for new development and redevelopment projects, and has
International/#5414 taught courses on the subject attended by over 2,000 municipal staff, con-
. Qualified ,.Developer sultants, and other interested parties. Mr. Endicott served as the project
Qualified SWPPP Practitioner manager for development of the California Stormwater Quality Associa-
0000 tion's 2003 edition of the "California Stormwater Quality Best Manage-
, California Stormwater Quality ment Practice Handbooks." In addition to managing the development of
Association/Approved Trainer of the four-volume set of handbooks, he was a key author of the"New Devel-
Record Handbook"and the key technical advisor on the
"Construction Handbook." He served as a technical advisor for the Bay
Trainer for Certified Professional in Area Stormwater Management Agencies Association's book, "Start at the
Erosion and Sediment Control Source," and was the Technical Director for the companion document,
CPESC)Review Course and Exam "Using Start at the Source to Comply with New Development Require-
PROFESSIONAL AFFILIATI• ments for Stormwater Quality Protection."
Stormwater0 California
Director: •• .•• Collectively, this experience means that Jeff understands not only how to
r 0 Association implement TCBMPs, he also why the practices are implemented and where
9 international Erosion Control the requirements originated. This background is essential to effectively
directing teams evaluating, inspecting, and assessing the design, perfor-
' • ' •' ' ' ' mance,and maintenance of TCBMPs.
0 American Public Works
Inland Empire Chapters,Director• Jeff has accumulated extensive experience in assisting public agencies
"14-2016
comply with the stringent requirements of their NPDES MS4 Permits. His
, American Society of Civil Engineers- assistance has spanned permit applications for both Phase I and Phase II
San Bernardino and Riverside M54 programs, program development, program evaluation, annual re-
94 porting, and storm water management plan and permit negotiations. He
0 Inland Empire Council of.Engineers has worked with Phase I area-wide MS4 programs including the San Ber-
nardino , Riverside, Los Angeles, Ventura, and Santa Clara counties storm
1996 water programs, the Caltrans storm water program, and Phase II storm
water programs including designated non-traditional MS4s Elk Grove and
Morgan Hill unified school districts, and non-traditional, undesignated
MS4s including Los Angeles and Carona-Norco unified school districts.
RELEVANT EXPERIENCE
WQMP/SUMP Review and Plan Check Services: Mr. Endicott has directed CASC's WQMP/SUSMP Review and
Plan Check Services Team since 2004. During this time, the team has plan checked many hundreds of WQMP/
SUSMP submittals on projects including master planned communities of over 1,600 acres,major warehouse facili-
ties, big-box store retail centers, small commercial centers, single and multi-family residential developments,
69
18
CITY OF PALM SPRINGS
RFP#04-16
"""'"""'i""'°`I`""'°i""" ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
CONT.JEFF ENDICOTT
public works projects, utility projects, and more. His experience includes WQMP/SUSMP Plan Checking for the
following agencies:
Riverside County Agencies San Bernardino County Agencies
County of Riverside,TLMA County of Riverside,ESA City of Highland City of Montclair
City of Moreno Valley City of Hemet City of Redlands City of Colton
City of Temecula City of Perris City of Sa n Bernardino
City of Banning
Jeff assists agencies determine the appropriate set of BMPs, including Treatment Control BMPs (TCBMPs), to
allow in WQMPs/SUSMPs within in their jurisdiction by clearly identifying the benefits and constraints of various
BMPs. He works with agencies to develop design standards. He and advises agencies during meetings with de-
velopers and their WQMP/SUSMP preparers, and advises agencies on emerging WQMP/SUSMP and BMP issues.
For agency projects, Jeff provides peer review services whereby he advises the agency regarding the near- and
long-term implications associated with their selection of LID BMPs.
Treatment and Hydromodification Control BMP Evaluation and Inspection Services: Mr. Endicott directs the
firm's team that provides services to validate the appropriate design, specifications, and implementation of Low
storm water Best Management Practices (BMPs): his extensive and relevant experience is demonstrated by the
following projects:
• City of Fremont: Facing stringent requirements for discharges into San Francisco Bay,the City of Fremont staff
elected to develop their own TCBMP for use in dense urban areas of the City. Throughout design, Mr. En-
dicott was retained to provide peer review of the City's "Treewell Filter", a hybrid bioretention system. After
construction of two full-scale Treewell Filters,the City retained Jeff to conduct flow simulation testing to vali-
date the as-built capacity of the TCBMPs. Subsequently, the San Francisco Estuary Institute engaged Mr. En-
dicott to conduct a peer review of the Institute's evaluation of the water quality performance of the Treewell
Filters.
• County of San Bernardino: Mr. Endicott's technical expertise was utilized to establish the County's current
TCBMP inspection milestones, milestones that represent critical steps in TCBMP implementation.
• City of Highland: The City of Highland experienced problems with a Sand Filter TCBMP at its new police sta-
tion, and the City called on Jeff for assistance. He quickly assessed the problem and provided recommenda-
tions for its resolution, assisting the City in getting the TCBMP online before the ribbon cutting ceremony at
the facility.
• City of Moreno Valley: When builder a major builder and the City of Moreno Valley could not agree on the
adequacy of the Nason Basin as a TCBMP, Mr. Endicott was retained to evaluate the constructed basin. Mr.
Endicott made recommendations to retrofit the basin so that it could meet design standards without com-
pletely reworking the basin.The basin was then accepted by the City.
FO
19
CITY OF PALM SPRINGS
e*ticRFP#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
PROFESSIONAL/ MELANIE SOTELO, CPSWQ,CPESC, QSD/P,TRAINER-OF-RECORD
PLAN CHECK TEAM—WATER QUALITY
. Certified Professional in Ms. Sotelo has more than 20 years of professional experience including
Storm Water Quality over 10 years in the specialized field of NPDES Stormwater Permit Compli-
• ance. She possesses extensive knowledge of California's NPDES Construc-
o Certified Professional in Municipal (MS4) and Industrial permits. She is responsible for over-
Erosion and Sediment the preparation or plan checking of numerous Stormwater docu-
ments including SWPPPs, WQMPs, and SUSMPs, preparation of regulatory
Stormwatera California reports and applications, water quality training programs, water quality
monitoring and reporting programs. She has worked extensively with many
Quality Association
RWQCBs. She has been a course instructor for classes related to the Con-
Approved Trainer-of-Record struction General Permit, Riverside County Santa Ana River and White-
. California Stormwater water River Watersheds' NPDES MS4 Permits, San Bernardino County's
Quality Association Qualified
NPDES MS4 Permit and has also drafted the City of El Monte's Green
SWPPP Developer and 'Streets Policy and LID Ordinance in compliance with their current NPDES
Qualified SWPPP Practitioner MS4 Permit.
(QSD/P)Certification No.
00 Ms. Sotelo's extended resume includes both transportation and public
works experience as a civil designer where she performed design engineer-
e California Stormwater ing on a wide variety of infrastructure projects including water and sewer,
• .
street improvements,grading and pumping stations.
Chair Construction
Subcommittee(2014-
RELEVANT EXPERIENCE
Water Quality Services for the County of Riverside, City of Highland, City
of Moreno Valley, City of Montclair and the City of Hemet: CASC is cur-
rently under contract with the County of Riverside, City of Highland,City of Moreno Valley,City of Montclair,and
the City of Hemet to provide Water Quality Management Plan (WQMP) Review Services and assistance. Ms.Sote-
lo is responsible for the management, coordination and lead performance of plan check reviews for Preliminary
and Final WQMPs submitted to Riverside County, the City of Highland and the City of Moreno Valley. Ms. Sotelo
also provides WQMP review assistance to the City of Montclair and to the City of Hemet, as needed. Ms. Sotelo
has conducted over a hundred reviews of both Preliminary and Final WQMPs submitted for approval under the
guidelines of the California Stormwater Quality Association,the Santa Ana Regional Water Quality Control Board,
and the San Diego Regional Water Quality Board.
Water Quality Management Plan (WQMP) and Hydrology Plan Review Services, County of Riverside—TLMA,
Whitewater River Watershed, Santa Ana River Watershed and Santa Margarita River Watershed: Ms. Sotelo
currently serves as the Project Manager for CASC's WQMP and Drainage Report plan check team for plan check
reviews of WQMPs submitted for approval under the guidelines of the Colorado River Basin Regional Water Qual-
ity Control Board,the Santa Ana Regional Water Quality Control Board,and the San Diego Regional Water Quality
Control Board. Ms.Sotelo has reviewed hundreds of WQMP submittals and review services includes coordination
and cooperation with WQMP Applicants and preparers by providing guidance in the implementation, feasibility
and design of the LID BMPs to aide agencies in moving projects forward.
Water Quality Management Plan (WQMP) and SWPPP Review Services, County of Riverside, Economic Devel-
opment Agency: Ms. Sotelo currently oversees CASC's WQMP and SWPPP plan check team for plan check and
peer reviews of WQMPs and SWPPPs submitted for approval by the County on public projects. Peer review ser-
vices includes coordination and cooperation with the design team and preparers by providing guidance and rec-
ommendations in the feasibility, design and implementation of construction and post-construction BMPs.
71
20
CITY OF PALM SPRINGS
e*KRFP#04-16
""",;""""` '"""' '"" ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
PROFESSIONALRICK FURLONG, P.L.S.
DIRECTOR OF SURVEY AND MAPPING
e CA Licensed Land Richard Furlong is the Director of Survey and Mapping for CASC. He is an ac-
complished professional surveyor with over 30 years of surveying experience
•12/31/2014 in Southern California and is currently in his 17th year as Director of Survey
. California Land Surveyors and Mapping for CASC.
Association (CLSA) Mr. Furlong has a broad survey background including construction staking,
, National Society of
hydrographic, topographic mapping, boundary surveys, design surveys, parcel
Professional Surveyors mapping, records of survey, and cadastral surveys. He has served as project
manager for various construction projects and on-call surveying services for
public and private sectors, and is currently a contract surveyor for the City of
Redlands, checking, signing and sealing final and parcel map for technical correctness. He is very knowledgeable
with the surveying and mapping standards of the various municipal agencies and Caltrans.
RELEVANT EXPERIENCE:
Mr. Furlong's extensive work for a variety of public agencies and private owners gives him insight into conditions
that may affect scheduling, costs, and contractual procedures. A partial list of his project experience includes the
following:
• Inland Empire Utility Agency, Inland Empire,CA
• CVWD- New Waterline from Day/East Canyon to Llyod M. Michael Water Treatment Plant-Aerial and Topo-
graphic Surveying.
• CVWD-CP6953 Sewer Main Replacement in Baseline Road -Aerial and Topographic Surveying.
• CVWD-CP6954 Sewer Main Replacement in Hermosa Avenue-Aerial and Topographic Surveying.
• CVWD-CP6819 12-Inch Waterline Installation in Etiwanda Avenue-Topographic Surveying.
• Design Surveying for Apache Trail, Riverside County,CA
• U.S.Gypsum Solar Facility—Plaster City,CA:Aerial Topographic Mapping and Boundary Surveying
• Allegretti Farms Solar Project, Imperial County, CA: Aerial Topographic Mapping, Boundary Surveying and
Base Mapping for planned 20 KV PV Solar plant.
• Solar Thermal Project, Needles,CA:Topographic Mapping, Base Maps
• Crafton Hills College,Yucaipa-Aerial Surveying,Topographic Surveying and Construction Surveying.
• San Bernardino Valley College-Topographic Surveying and Construction Surveying.
• Colton Unified School District - Colton High School, Bloomington High School, Terrace View Elementary
School,Alice Birney Elementary School,Abraham Lincoln Elementary School,Washington High School -Topo-
graphic Surveying and Construction Surveying.
• City of Fontana-Sierra Avenue Median Improvements- Construction Surveying.
• Four Photovoltaic Solar sites totaling 1,700 acres, Imperial County, CA: Aerial Topographic Mapping and
Boundary Surveying
• City of Redlands-On-Call Map Checking Services.
• Ormat Technologies: Aerial Topographic Mapping for 3 proposed geothermal/ Photovoltaic Solar sites total-
ing 1000 acres, Imperial County,CA
• Armstrong Road Beautification, Riverside County EDA,CA
• Home Gardens Beautification, Magnolia Avenue, Riverside County EDA,Corona, CA
7
21
CITY OF PALM SPRINGS
RFP#04-16
e"""...... ",d "" 111n, ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
JESS BECERRA, L.S.I.T.
EDUCATION: MAPPING MANAGER
1980-1983 California State
University at Los Angeles, Mr. Becerra is a Mapping Manager with over 23 years of Survey and Map-
CA experience. He is responsible for overseeing and coordinating all map-
ping projects, reviewing Title Reports and relevant documents, boundary
REGISTRATION:PROFESSIONAL analysis, writing legal descriptions, and is responsible for all mapping pro-
Land jects as well as Construction and Survey support.
ZLOO5987
RELEVANT EXPERIENCE
Map Check Support Services, City of Redlands and City of San Bernardino,
CA: Mr. Becerra is responsible for reviewing all packages submitted for plan checking to ensure that all of the
necessary documents are provided by the consultant(Title Reports, Schedule "B" documents, Grant Deeds, Con-
dition of Approval, non-interference letters from utility companies, support maps, closures, correct number of
maps, etc.). Mr. Becerra ensures that the necessary resources are available to review and return the plan check
to the City or Consultant in a timely manner. Mr. Becerra does a final review of the plan check comments to
make sure that a thorough job is done.
Southern California Edison,South of Kramer,Coolwater•Lugo 220kV Transmission Project: Mr.Becerra provided
support to the primary design team for the "South of Kramer Project". Mr. Becerra coordinated the development
of the projects base map and the implementation of the placement of the ortho photos. Mr. Becerra assisted with
the drafting of horizontal layouts of the access roads and pads. Mr. Becerra is versed in SCE's Civil CAD standards,
procedures,and processes.
Southern California Edison,San Joaquin Cross Valley Loop Transmission Upgrade: Mr. Becerra provided support
to the primary design team for the"San Joaquin Cross Valley Loop Project". Mr. Becerra coordinated the develop-
ment of the projects base map and the implementation of the placement of the USGS quad maps and the impor-
tation of the topo files.
OTHER EXPERIENCE
70 MW Photovoltaic Project in Niland,CA—640 Acres: Mr. Becerra coordinated the development of the projects
base map and the implementation of the placement of the USGS quad maps and the importation of the topo files.
Mr. Becerra reviewed the projects title report and plotted all the projects easement and existing road right of
ways.
50 MW Photovoltaic Project located in Imperial County, CA—480 Acres: Mr. Becerra coordinated the develop-
ment of the projects base map and the implementation of the placement of the USGS quad maps and the impor-
tation of the topo files. Mr. Becerra reviewed the projects title report and plotted all the projects easement and
existing road right of ways.
73
22
CITY OF PALM SPRINGS
RFP#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
SUBCONSULTANT RESUMES
EDUCATION: M UansportatbnBEnergySulus,Nc.
GLEN R. PEDERSEN, P.E.
BS,Civil Engineering, i
PRINCIPAL TRANSPORTATION ENGINEER
California State Polytechnic
University at Pomona, 1989 Mr. Pedersen is the Vice-President of Transportation & Energy Solutions
(TES), Inc., and is responsible for design and oversight for all public works
REGISTRATION/PROFESSIONAL design projects undertaken by TES. These projects have included various
AFFILIATIONS local projects involving design and implementation of traditional traffic
Registered• control and Intelligent Transportation Systems (ITS) devices, on-call design
Fiber• Hands-on •' and traffic engineering services,and plan checking of transportation related
Training,3—D" plans, specifications and estimates. Mr. Pedersen has over 24 years of
National Technology
Transfer,Inc. traffic/transportation/ITS experience.
In the area of transportation engineering, Mr. Pedersen has designed and
managed many traffic projects that have included the design of new and modified traffic signals; signing/striping;
roadway and interchange lighting; communications including twisted pair and fiber optics; and traffic control,
staging and detours. He has prepared traffic plans in support of several Caltrans interchange and encroachment
permit projects including traffic control for HOV lanes on 1-10; Day Street/Ironwood and Frederick/Keystone wid-
ening and reconstruction projects (Moreno Valley);the 1-10/Apache Interchange(Cabazon), 1-10/Archibald Urban
Interchange (Ontario), and SR-60/Haven Avenue (Ontario). In addition, Mr. Pedersen has worked on many local
ITS projects that have included design of fiber optic,wireless, and twisted pair communications, CCTV, DMS, sys-
tem detection (loops, Sensys, video) for the Cities of Burbank, Azusa, Long Beach, Pomona, Palmdale, Anaheim,
Santa Ana, Buena Park, Glendale, OCTA, Caltrans, Nevada DOT, Arizona DOT, Florida and Virginia. His roles on
these projects have included project management, advisory, quality control, design,special provisions, estimates,
training, preparation of design guidelines,and technology assessments.
Currently, Mr. Pedersen is serving as the TES project manager for traffic signal equipment upgrades, communica-
tions, DMC and CCTV design for the City of Moreno Valley. He is nearly finished with 23 traffic signal modifica-
tions on Alameda Street and Florence Avenue for the County of Los Angeles DPW,3 traffic signal modifications on
Alameda Avenue for the City of Burbank, signing/striping for 14 roadways at the Port of Long Beach, and three
traffic signal modifications and one new traffic signal,CCTV,and communications for the City of Palmdale.
Mr. Pedersen recently prepared PSE for 18 traffic signal modifications for the Cycle 8 Safe Route to Schools pro-
ject in Burbank, signing/striping, traffic signal, new traffic signal and signing/striping on Foothill Boulevard near
Azusa Pacific University in Azusa; traffic plans associated with widening of Box Springs Road and Ironwood Ave-
nue (Phase 1)and design of a new traffic signal,geometrics,street lighting, and interconnect(Phase 2) in the City
of Moreno Valley; signing/striping plans for roadway projects in the City of Long Beach.
OTHER:
Mr. Pedersen is actively involved in the Institute of Transportation Engineers (ITE) and the Orange County Traffic
Engineering Council (OCTEC). For the ITE Southern California Section, Mr. Pedersen served the Section as Presi-
dent for 2004-05. He also served several years as a volunteer on the La Habra Heights Public Works Committee.
74
23
CITY OF PALM SPRINGS
RFP#04-16
t:n,h -v loe ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
CAN DOAN, P.E.
SENIOR SIGNAL SYSTEMS AND 5Tra nWaWnffmqUationInc.
9 B.S./Electrical Engineering/
California! State Polytechnic OPERATIONS MANAGER
University Pomona
Mr. Doan has over 29 years of experience in designing, operating and
PROFESSIONAL REGISTRATION/ maintaining traffic signals and traffic signal systems. In his time with Cal-
AFFILIATIONS trans, he has prepared and reviewed hundreds of electrical and traffic
-d Electricalplans,specification, reports, and cost estimates for State highway projects.
He has also conducted field surveillance and evaluation/trouble shooting
* Member of on traffic signals, signal timings and traffic signal systems at innumerable
Traffic Signal Committee locations in Los Angeles and Orange Counties.
9 Synchro Coordination
Training through
CTA
EXPERIENCE
Mr. Doan trained on using the QuicNET and CTNET systems, to set-up and operate State traffic signals and sys-
tems. He was the Representative of District Signal Operations to OCTA and local agencies, while at District 12.
He led the District Traffic Signals Group at District 12. He was in charge of signal turn-ons, and assisted the Con-
struction and Maintenance Division in solving problems. He is also very familiar with other traffic control soft-
ware and systems.
As timing operations engineer, Mr. Doan provided training on timing and operation of traffic signals using 170
and 2070. He provided Condition and Improvement Diagram and Cost Estimate of traffic signal to Project Man-
agers. He also prepared, signed and stamped traffic signal plans and provided time-space diagrams for traffic
signal systems on State highways.
He is an expert on the various traffic signal programs, and has worked closely with McCain Traffic Supply and oth-
er traffic signal system manufacturers. Hence, he knows various shortcomings and advantages of the various
programs. He understands and designs network requirements, communication, conduits and wiring, server
specs,controller interface,cabinet equipment and components;and he also maintains and operates these equip-
ment.
He has worked closely with Mr. Provenza, both while Mr, Provenza was at Caltrans, and even after Mr. Provenza
had retired and started working for TES. He worked with Mr. Provenza on an OCTA TSSP project on behalf of TES,
which included replacing controllers and upgrading cabinet equipment at 60 intersections along Beach Boulevard.
Mr. Doan is an expert on Synchro and SimTraffic modeling and analysis and has used the programs for many
years to analyze and coordinate numerous arterials and networks while at Caltrans. He recently provided assis-
tance to Mr. Behura on Synchro Analysis for a grant application.
75
24
CITY OF PALM SPRINGS
e*icRFP#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
DAVID E. NELSON, P.E.
• B.S./Civil Engineering/ RESIDENT ENGINEER/CONSTRUCTION 57ranSpOrban&EnergySalMs,Inc.
•University at Pomona I PROJECT MANAGER
• M.S./Civil Engineering/
California State University/ Mr. Nelson has over 45 years of resident/field engineering and inspection
Long Beach,CA experience in the public works transportation projects. Mr. Nelson is pri-
marily responsible for overseeing all construction administration, observa-
., •FESSIONAL lion and inspection of public works projects undertaken by TES.
AFFILIATIONS
• Registered Civil Engineer As the Field Engineer for the City of Anaheim for 20 years (1980 — 2000),
• California Community Mr. Nelson was the Manager of the Field Services Division which included
Collegethe Inspection and Survey Sections of the department, and for a five-year
Engineering period the Contract Administration Section. The Inspection Section was
• Caltrans Resident Engineers responsible for overseeing public works construction on both city contract
Academy projects and private developer improvements with primary responsibility
for grading, storm drains, sewers, roadway construction, and traffic signal
systems. The Inspection Section also assisted other City departments with their capital construction of water
works, electrical systems and sub-stations, parks and public buildings. His responsibilities included managing the
maintenance of project diaries, payment quantities, quality control,change orders, and payroll records. With the
City, Mr. Nelson managed wide range of public works construction including multi-faceted projects to 18 million
dollars in value. Before Anaheim, Mr. Nelson worked as field/project engineer on similar projects for the County
of Orange since 1964. Some of Mr. Nelson's recent inspection projects(since 2000) have included:
• Inspector overseer/on-site representative for a tied back retaining wall which included drilling and installing
pre-stressed tendons, reinforcing steel placement, shotcrete placement and tendon tensioning for the Red
Hill/1-5 Underpass, City of Tustin.
• Construction manager for the installation of 1,000' of 72" concrete pipe storm drain along Irvine Blvd in the
City of Tustin. Responsibilities included inspection supervision,quality control,change order negotiation and
preparation and records review.
• City of Rialto, Metrolink Station Pedestrian Improvement Project—street, landscaping,and lighting upgrades
on Riverside Avenue. Responsibilities including inspection oversight, design review, change order negotia-
tion and preparation,and quality control program.
With TES, he has served as the resident engineer for all its construction projects. Recently he was the Resident
Engineer for the two ARRA funded Burbank projects —the Magnolia Fiber and 4 Signal Mod project and the Side-
walk Repair/Replacement Project. Currently he is completing the SANBAG projects, which include traffic signals,
conduits, vaults, poles, cabinets, fiber-optic cables, asphalt and pavement, comm. infrastructures, signing/
striping, etc. All these projects had complicated Federal/Caltrans process compliance and coordination with mul-
tiple agencies. He also has experience working with Rail Roads on Construction Projects.
OTHER:
Mr. Nelson has attended many seminars/ courses during his career including Public Works Contract Administra-
tion,Street/Highway Drainage,Asphalt Pavement Design, and Design of Asphalt Mixes and has taught courses for
the Public Works Inspection Certificate Program. He is a member of ASCE.
7�
25
CITY OF PALM SPRINGS
RFP#04-16
""ii° """°'III
" ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
NATHANIEL S. BEHURA, M.S., M.B.A.
• B.S./Civil Engineering/Indian PRINCIPAL TRANSPORTATION ENGINEER �ianspalatonBEnegySolutanglnc.
TechnologyInstitute of
, M.S./Transportation Mr. Behura is the President of Transportation & Energy Solutions (TES),
Engineering(Civil)/Vanderbilt Inc., and is responsible for overall management of the firm. Mr. Behura is a
University
_rson well-published author on various traffic and transportation areas, and his
School of
Management/University experience is very well rounded both in traffic planning and design areas.
California at Los Angeles Mr. Behura was recently awarded ITE's Outstanding National Traffic Engi-
neering Council Project Award for his work on LED traffic signals. Prior to
PROFESSIONAL REGISTRATION/ founding TES, he was Project Manager in the Traffic Engineering Division
AFFILIATIONS with the City of Anaheim for almost eight years, where he was responsible
III Chair,ITE . D for transportation/traffic signal design, ITS projects, traffic studies, noise
SpecificationTraffic Signal studies, pedestrian crossings, school crossings, circulations studies and
Committeelarge development related studies and design, and management of the
* Caltrans Certified in Noise traffic engineering on-call consulting services.
Measurement and Modeling
* Advisory Committee to
California Energy Mr. Behura has managed various projects funded by local, state or federal
Commission funds. Such projects included traditional traffic/transportation issues in-
Program—Battery • volving signal design, street improvements, parking, circulation and various
Systems related studies. Some of these projects also required processing grant ap-
plications and administering project compliance with the funding agencies.
Mr. Behura has had hands on experience with various aspects of these pro-
jects from early planning, design to implementation, including working with contractors, consultants, construc-
tion management groups, citizens groups,funding and approving agencies and municipalities. He has experience
in overall planning, management,administration of interagency ITS or Traffic Systems projects.
Mr. Behura is now providing traffic consulting services to public agencies and private firms. His roles have includ-
ed managing and conducting traffic and parking studies, traffic impact studies, LOS analyses, traffic forecasts,
delay and warrant studies, PSRs, circulation analyses, speed studies, pedestrian crossings, bus/transit analyses,
speed humps, planning/analysis of trailblazer routes, DMS design/testing, ITS field device placement, funding
issues, and multi-jurisdictional coordination. Some of his recent projects include an event management and DMS
implementation project for Cal State Northridge, a traffic impact study and a Traffic Operations Study for the wid-
ening of Day Street in Moreno Valley,and a Smart Parking project for Burbank. He provided analysis of the right-
turn operation for trucks into the port gates at Pier F at Long Beach and truck queue operations on the Harbor
Scenic Drive project. He recently concluded an EIR and traffic analysis in the City of Azusa and managed the
SANBAG Tiers 3&4 Traffic Systems Project(which included Rialto). Currently, he is managing a Bicycle Study and
a traffic calming project in Long Beach.
OTHER:
Mr. Behura is a member and contributing author of various professional organizations such as the ITE, ASCE and
CIE (Austria), as well as a regular participant in Transportation Research Board activities. He also serves as the
Chair of the Yorba Linda Traffic Commission and is an active member of high 10 organizations such as MENSA and
Intertel.
77
26
CITY OF PALM SPRINGS
le*icRFP#04-16
,,"""",f*.'""'I""k ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
Q JOSEPH D. PROVENZA
SENIOR SIGNAL TIMING AND FIELD 5Transoato8C11HgyS01uas,Inc.
9 28 years with Caltranstraffic signal operations OPERATIONS SPECIALIST
division
6 16 years of consulting In his 44 years of experience, 28 years were in various roles with Caltrans,
handsservice with
when he was responsible for the review of plans for compliance to the
operationsState Standard Plans and Specifications, and the operation and mainte-
nance of the District-wide, Los Angeles, Orange and Ventura Counties,
operations in State of Traffic Signal Master Surveillance and Management System. He was also
I California responsible for traffic signal systems implementation and maintenance
district-wide as Electrical and Electronic Field Support, Mr. Provenza con-
State for Instructor - -tions and County sulted with Design Engineers,Construction Engineers, and Traffic Operation
programming of 170 and Engineers in the planning of traffic signal systems to solve construction
2070 controllers problems,and in the resolving of operational problems with complex appli-
cations. He also helped to develop the Caltrans Type 170 intersection and
interconnect systems hardware and software. He implemented the re-
placement of all Caltrans traffic signal equipment and installation of new intersections in Los Angeles, Orange,
and Ventura Counties to Type 170 controllers.
EXPERIENCE:
Mr. Provenza was responsible for the evaluation of all new equipment proposed for use in traffic signal and sur-
veillance systems in District 07. He also reviewed and proposed specifications and plans for the State of California
State Standard Plans and Specifications. He provided electronic evaluations of proposed systems to be used in
Traffic Management Systems, and consultation as Communications Advisor to the Caltrans Headquarters Freeway
Operations Committee.
He developed specifications for the Caltrans Highway Advisory Radio Systems, reviewed and oversaw construc-
tion and implementation for systems in District 06,07,and 11,and also consulted with the City of Los Angeles on
communications systems for the Smart Corridor Project. Earlier, He was responsible for the repair of Automatic
Signal, Eagle, Econolite, Multisonics,Singer and Crouse Hinds controllers and systems. He offered training courses
for Traffic Signal Association, IMSA, and IBEW on these systems.
He was the State of California representative to develop operations and software with testing for the Blue Line
LRT project that runs from Los Angeles to Long Beach.
He designed and presented training courses to construction, operations, and maintenance personnel for the
State and other Agencies. He also provided assistance in troubleshooting Traffic Signal System problems. After
his retirement, in 1992, Mr. Provenza started PRO VEN Inc. and has provided consultation in traffic signal equip-
ment design and testing,traffic signal design, and operations, and also training for various Agencies, Consultants,
Institutions, and Organizations. He has also presented expert evaluation, investigation and testimony for the
State of California,other Agencies and legal clients in lawsuits.
Mr. Provenza has presented courses on Type 170 Traffic Signal Systems from Honolulu, Hawaii to Washington,
D.C. He designed and presented courses for the Electrical Training Trust (IBEW), the Los Angeles MTA, the Insti-
tute of Transportation Studies,The Traffic Signal Association, and assisted in course preparation of the IMSA Cer-
tification courses. Recently he was the traffic signal and radio communication expert on the SANBAG projects for
15 agencies including Rialto.
78
27
CITY OF PALM SPRINGS
RFP#04-16
,: ,a c,,,,,,a ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
JOHN P. LEUER,CE,GE
PRESIDENT GEOTECHNICAL GROUP,INC.
e B.S./Civil Engineering/Cal
State University at LOR -�,,,r
Northridge Mr. Leuer has over 30 years of profes-
sional experience in the geotechnical and civil engineering field. Mr. Leuer
PROFESSIONAL REGISTRATION/ has developed an extensive knowledge of the many geotechnical consider-
AFFILIATIONS ations involved in construction in the southern California area. Mr. Leuer is
2030 highly experienced in all aspects of soil and foundation engineering for a
Society, Member—American wide variety of projects ranging from multi-story commercial and industrial
of Civil Engineers structures to several thousand acre planned community developments. Mr.
•
Leuer has substantial experience coordinating projects for many City,Coun-
' Southern California• ty, and State agencies as well as in the public sector, gaining a reputation
for being responsive to client's needs while providing strong technical ex-
* Groun Member—Nationalwater Association pertise.
Mr. Leuer believes in continuing education and completed a nine-month
soils engineering course at the California State Polytechnical University in Pomona. In addition, Mr. Leuer has
instructed evening Soils Technology courses at Riverside Community College for Inspection Certifications.
M. KEVIN OSMUN, CE n GEOTECHNICAL GROUP,INC.
VICE PRESIDENT LOR :- . 6•.aa Eiiao de i
B.S./Geology/Wayne
etroit, Michigan
Mr. M. Kevin Osmun has over 20 years experience in the environmental
REGISTRATION/PROFESSIONAL field. Mr. Osmun directs LOR Geotechnical Group's environmental opera-
AFFILIATIONS lions and has conducted over 500 Phase I Environmental Site Assessments
for the private and public sectors.The properties have ranged from agricul-
• Environmental Assessor in to commercial/industrial. In addition to his experience with environ-
the • of mental assessments for property transfers, he has managed projects that
• Member—American Society require mitigation prior to and during development. Mr. Osumn is well
of Civil Engineers versed in hazardous waste sampling and characterizations methodologies
•
•uthern' �' ndustry in soil and groundwater regimes and risk assessments. Projects have
of Sranged from leaking USTs, soild waste landfills, TSD facility closures to sin-
• Member—National spill response. LOR Geotechnical Group, Inc. is one of three firms that
Groundwaterprovides report review for underground storage tank closure for the Coun-
ty of San Bernardino, Fire Department Hazardous Materials Division.
ROBERT M. MARKOFF, PG, CEG GEOTECHNICAL GROUP,INC.
•. .• . STAFF GEOLOGIST
LOR E:n E�pveiq A W ,,I El,11me^115
California at .-
Robert Markoff has over 25 years of experience as an Engineering Geolo-
PROFESSIONAL REGISTRATION/ gist. Mr. Markoff has experience in all aspects of geotechnical, engineering
AFFILIATIONSgeologic investigations,and in management of residential,commercial,and
industrial,as well as Public Works projects.Geotechnical investigation work
Registered• '
Geologist has included geophysical surveys (seismic refraction and radar methods),
Professional slope investigation, liquefaction analysis, groundwater evaluation, as well
Geologist .of
California as fault investigations.
He has proposed on, planned,supervised, and conducted geotechnical pro-
jects including hillside investigations, flat land explorations, and earthwork monitoring projects in Riverside, San
Bernardino, Orange, Los Angeles,Ventura,and San Diego Counties.
�� II
28
CITY OF PALM SPRINGS
ie*icRFP#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
EDUCATION: ANDREW A. TARDIE LOR
(>j) GEOTECHNICALGROUP, INC.
o B.A./Geology/California StateUniversity,San Bernardino STAFF GEOLOGIST LOR s T'PROFESSIONAL REGISTRATION/ "
As a staff geologist for LOR Geotechnical Group, Inc., since 1999, Andrew
AFFILIATIONS Tardie has been involved in all phases of geotechnical projects, ranging
Society• Member—Geological from initial site investigations to inspection and testing of soils/materials
of America IGSA) within the field and laboratory during construction for both the public and
• Member—Association of private sectors. Mr. Tardie has performed hundreds of geotechnical, geo-
Environmental and logic, and environmental investigations throughout the Inland Empire.This
Engineering Geologists(AEG) work has included geophysical surveys, slope investigations, liquefaction
• Member—South Coast analysis, seismic hazard analysis, including fault surface rupture, and rock
Geological_ fall analysis. He has proposed on, planned, supervised, and conducted ge-
• _ GeologicalSociety(IGS) otechnical projects including hillside investigations, Flat land explorations,
and earthwork monitoring projects in Riverside, San Bernardino, Orange,
Los Angeles, and San Diego Counties. Specialized detail in Mr. Tardie's ex-
perience has included logging exploratory borings and trenches, obtaining and documenting field samples, perco-
lation and infiltration feasibility testing, pavement evaluation,and subsequent geotechnical report writing.
DANIEL WISHARD, E.I.T. i (1D GEOTECHNICAL GROUP,INC.
STAFF ENGINEER
LOR 1 G6 5) 1 f^ ,]'!flit
Engineering/a B.S./Civil California State
University,Pomona Mr. Wishard started working as a lab assistant at LOR in June of 2012. He
Regenerative9 Minors in received his Bachelors of Science in Civil Engineering from California State
StudiesPolytechnic University, Pomona in June of 2015. He is a registered Engineer
Techn• '= in Training and a student member of the American Society of Civil Engi-
Polytechnic University,
Pomona neers. Since working at LOR Daniel has been exposed to many phases of
geotechnical projects including initial site investigation, testing, documen-
tation, analysis, and reporting. Daniel prides himself in unique problem
solving and quality engineering.
F, 0
29
CITY OF PALM SPRINGS
RFP#04-16
K. .....r..... ++d Can.nl+inN ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
C.2 AGENCY CONTACT INFORMATION
TEAM MEMBERS WHO
CLIENT NAME CLIENT INFORMATION PROJECT DATES WORKED
Walt C.Stickney, City of Rancho Cucamonga Wilson Avenue Glenn Budd
PE 10500 Civic Center Drive Extension Sept.2011— Anthony
Associate Rancho Cucamonga,CA 91730 April 2015
Engineer (909)477-2740 Ext:4076 Mistretta
Bryan McKinney, City of La Quinta
PE 78495 Calle Tampico NPDES Inspection 2015—
Principal La Quinta, CA 92253 Services Ongoing Jeff Endicott
Engineer (760)777-7045
Art Vela, PE City of Banning
Acting Public 99 E. Ramsey Street WQMP Plan Checking 2014- Jeff Endicott
Works Banning,CA 92220 Ongoing Melanie Sotelo
Director (951) 922-3130
City of Rialto
John Wheatley 150 South Palm Ave. Pepper Ave Street Oct.2010-
Project Manager Rialto, CA 92376 Extension April 2013 Barbara Sherman
(909)820-0225
San Bernardino
San Bernardino
Michael Nevarez Municipal Water District Municipal Oct. 2013- Glenn Budd
Engineering 300 N. D Street Water Department Plan May 2014 Anthony
Department San Bernardino,CA 92418 Mistretta
(909)384-5092 Checking Services
30
C CITY OF PALM SPRINGS
RFP#04-16
E.ngineoring and Con. dting ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
D.1 INFORMATION OF THE FIRM
CASC Engineering and Consulting (CASC), a California S
corporation, was established in 1993 to provide professional
consulting services to a variety of industry sectors. CASC is a mid-
sized consulting firm that combines the personal touch of a small '
firm, with the stability of the large publicly-traded consulting a t,
conglomerates. We currently employ over 45 professionals,
working from four Southern California offices located in Palm
Desert,Colton,Burbank,and Irvine.
Budd,in charge of this project i5 Mr.Glenn CASC has provided Civil Engineering service to numerous State and Phone:855-383-0101 ext. " '
local governmental agencies throughout Southern California. Our '' = ' '' ='
clients also include public utility companies, local utility districts,
school districts, and private industries. Our broad spectrum of clients and services has allowed us to survive the
economic cycles,maintain a competitive cost structure,and offer superior services managed by our talented labor
force. While the Great Recession resulted in painful impacts to many consulting firms, CASC maintained a strong
base of work in the infrastructure, environmental,and energy business sectors.This diversity brings strength and
stability, ensuring our clients that we have the dependency and resilience necessary to complete each and every
project.
CASC's Palm Desert office was established to serve clients in the Coachella and Imperial Valleys. Our centrally
located corporate office in Colton provides support to each of our satellite offices.This project will be served from
our Palm Desert and Colton offices, which will ensure the city of efficient services and eliminate the logistical
challenges faced by out-of-area consultants. Our low inland overhead allows us to offer hourly rates below those
of firms based in high-cost areas such as Orange,San Diego,and Los
Angeles counties.
CASC has extensive experience in Southern California's desert ,
regions. In years past, CASC provided engineering services on '
Highwaylll/Gene Autry Trail Improvements, as well as the
roundabouts at the Apache Train Interchange. Over the past five
years, while government funding for roadway improvement
projects declined dramatically due to the economic down-cycle and
the elimination of redevelopment agencies, CASC has worked on
many other desert projects including solar and geothermal power
projects, electrical transmission facilities and sub stations, smaller
private developments(commercial and residential), and government funded water-quality related programs. Our
recent relevant clients have included:
• City of La Quinta • Cathedral City • San Bernardino County 'i
• Coachella Valley Water District • Riverside County Victorville
• City of Palm Springs • Imperial County • Hesperia
• City of Palm Desert • Imperial Irrigation District • Town of Apple Valley
• City of Desert Hot Springs • City of El Centro • City of Barstow
• City of Coachella • City of Imperial
• City of Indio
D.2 PRINCIPAL OFFICERS
Principal Officers with the authority to bind CASC Engineering and Consulting,Inc. in a contractual agreement are:
• Rick Sidor,P.E., President
• Michelle E. Furlong,Operations Manager
31
CITY OF PALM SPRINGS
'fit+'7•' RFP#04-16
F:nFineerint!and Dons ilt ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
D.3 BACKGROUND AND QUALIFICATIONS
PROJECT EXPERIENCE
INSPECTIONS AND PLAN CHECK SERVICES
SAN BERNARDINO MUNICIPAL WATER DEPARTMENT
CASC was contracted by the City of San Bernardino Municipal Water Department (SBMWD) and provided Review
and Inspection Services for Parcel Map No. 19395 Water Improvement Plans.This project consised of 5,580 linear
feet of 12" Ductile Iron Pipe(DIP) with a jack and bore under existing railroad tracks. Plan reviews included check-
ing; horizontal and vertical design, compliance with agency AutoCADD standard drawings, design criteria, specifi-
cations, file nomenclature and format. CASC also reviewed compliance with the GIS standards for the project.
CASC was responsible for verifying that SBMWD's requirements were met by applicants, tracking in-coming and
out-going plan checks, interfacing with the SBMWD's staff, and obtaining approval of the various plans with mini-
mal oversight. Understanding of SBMWD's Design Criteria and Standards along with good record keeping and co-
ordination were keys to meeting SBMWD's review goals.
CASC also provided Inspection Services on the project as requested by SBMWD. The inspector worked with
SBMWD, contractor, developer as required during the construction of the project.The inspector enforced the ap-
proved project plans,specifications and conformance with the Greenbook. He oversaw the project including moni-
toring of traffic control, damage to infrastructure, and replacement of infrastructure per SBMWD standards. He
prepared daily logs, incident reports, tie-in exhibits and photos which helps document the construction progress.
The inspector utilized SBMWD's inspection checklist as part of the inspection process. Daily reports identifying
work done by the Contractor were submitted to SBMWD's Project Manager within two working days.The Inspec-
tor calculated contract quantities and verified contractor work.A punch list and close out reports were provided at
the completion of the project.
PLAN CHECK SERVICES
CITY OF SAN BERNARDINO, CA
CASC was contracted by the City of San Bernardino to provide Plan Review services for the Development Services
Department. Plan reviews included checking grading, erosion control, precise grading, retaining walls, street im-
provements, sewer improvements, street light, and storm drain plans, and review of hydrology/hydraulic reports
and traffic studies. CASC also reviewed tract maps, parcel maps, lot line adjustments, and other mapping docu-
ments. CASC was responsible for verifying that the City's requirements were met by applicants,tracking in-coming
and out-going plan checks, interfacing with the developer's engineers, and obtaining approval of the various plans
with minimal oversight from the City. Understanding of Development Codes and City Standards along with good
record keeping and coordination were key to meeting the City's review goals.
WQMP PLAN CHECKING SERVICE
CITY OF BANNING, CA
CASC is currently providing Plan Check services to the City of Banning. CASC is responsible for reviewing and rec-
ommending approval of WQMPs submitted to the City. WQMP plan check services are performed in accordance
with requirements adopted by the City in response to provisions of their municipal NPDES storm water permit
covering the Whitewater River Watershed. CASCs knowledge of WQMP requirements, experience with providing
WQMP training for municipal staff within the Whitewater River Watershed, and extensive experience providing
cities and counties with WQMP review services means recognizing and implementing efficiencies that will benefit
projects which applicants are proposing in the City of Banning.
83
32
CITY OF PALM SPRINGS
RFP#04-16
ncerin{;and('nn. iltinq ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
PLAN REVIEW AND SUPPORT SERVICES
CITY OF REDLANDS, CA
CASC is currently under contract with the City of Redlands to provide plan check review services for the Municipal
Utilities and Engineering Department. Since 2004, CASC has reviewed over 200 improvement plans and technical
reports for the City.The firm's services are flexible,with adjustments made periodically to meet the development
demand in the City. During the peak of development in the mid-2000s, CASC staff worked directly from City of
Redlands offices. As development has slowed, CASC has met review schedules working from our office in Colton.
Our on-going contract with the City of Redlands demonstrates our intimate knowledge of City standards and our
relationships with City staff.These reviews consist of:
• Improvement Plan Checking of land development plans, including precise grading plans, erosion control
plans, street improvements,street tree plans,and storm drain plans.
• Technical Report Checking of Preliminary and Final Water Quality Management Plans (WQMPs), Storm
Water Pollution Prevention Plans (SWPPPs), geotechnical/soils reports, and hydrology/hydraulics re-
ports.
• Map Checking of proposed improvements including tract maps, parcel maps, lot line adjustments, legal
descriptions and plats,and other survey-related reviews.
NPDES CONSULTING AND WQMP PLAN CHECKING SERVICES
CITY OF MONTCLAIR, CALIFORNIA
CASC is currently providing Water Quality Management Plan (WQMP) Plan Check Services for the City of
Montclair. CASC is responsible for reviewing and recommending approval of WQMPs submitted to the City of
Montclair, in accordance with requirements adopted by the City, in response to provisions of the area-wide mu-
nicipal NPDES storm water permit and the"Technical Guidance Document for Water Quality Management Plans."
CASC corresponds with the City of Montclair's NPDES Coordinator on a regular basis to ensure that the plan
checks are conducted in accordance with the City's most updated standards regarding source and treatment con-
trols, site design, and activity restrictions. This correspondence may also be in regards to the status of specific
plan checks, upcoming developments, innovations of treatment control techniques/technologies, and the City's
preferences for WQMP implementation.
PLAN REVIEW SERVICES
CITY OF WILDOMAR, CA
CASC was contracted by the City of Wildomar to provide Plan Review services for the Engineering and Planning
Departments. Plan reviews included checking planning documents,grading, erosion control,street improvements,
storm drain plans, and review of hydrology/hydraulic reports. CASC was responsible for verifying that the City's
Conditions of Approval and requirements were met by applicants, tracking in-coming and out-going plan checks,
interfacing with the developer's engineers, and obtaining approval of the various plans with minimal oversight
from the City. Understanding of Development Codes and City Standards along with good record keeping and coor-
dination were key to meeting the City's review goals.
V
33
CITY OF PALM SPRINGS
RFP#04-16
F:ntiinerrinc and(`on. thing ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
NPDES CONSULTING AND PLAN REVIEW SERVICES
CITY OF HEMET, CA
CASC is currently providing WQMP, Hydrology Report Plan Check Services, and NPDES consulting services to the
City of Hemet. CASC is responsible for reviewing and recommending approval of WQMPs and hydrology reports
and calculations submitted to the City of Hemet in response to provisions of their municipal NPDES storm water
permit, the approved WQMP Guidance Document, and City drainage ordinance requirements. CASC corresponds
with the City of Hemet's engineering department, as needed,to ensure that all plan reviews are conducted in ac-
cordance with the City's most updated standards and to provide status of specific plan checks, upcoming develop-
ments,innovations of LID BMPs,and the City s preferences for drainage device and LID BMP implementation.
CASC also provides the City with consultation services which include providing guidance on inspection require-
ments per the City's I Permit, reviewing developer proposed LID BMP variances for compliance, and review of
unusual drainage device designs for system functionality.
CASC works closely with the City to ensure that developer fees are assigned and projects are completed within
deadlines set by the City to accommodate critical planning,environmental review and City Council deadlines.
RAMON ROAD AND BRIDGE WIDENING, SAN LUIS REY DRIVE TO LANDAU BLVD
PALM SPRINGS, CA
The Ramon Road project included widening Ramon Road from a 4-lane arterial to a 6-lane arterial between San
Luis Rey Drive and Landau Boulevard,and widening of the bridge at the Whitewater River. Portions of the project
were located in the cities of Palm Springs and Cathedral City and on Agua Caliente Band of Cahuilla Indians reser-
vation land.
CASC was engaged to assess the project's potential impacts on water quality, and to prepare the Water Quality
Assessment Report (WQAR) and Storm Water Pollution Prevention Plan (SWPPP). The WQAR was prepared fol-
lowing Caltrans' protocols and evaluated both short-term (construction phase) and long-term (operational phase)
potential impacts to water quality. State of California criteria were used to evaluate and mitigate impacts on all
project areas except those areas on reservation land; and USEPA criteria were used to evaluate and mitigate im-
pacts on reservation lands. The WQAR was submitted to Caltrans District 8 and was approved with nominal com-
ments.
ON-CALL SURVEYING SERVICES INLAND EMPIRE UTILITY AGENCY (IEUA)
CHINO, CA
Having been awarded a sole source 3 year on-call survey contract for IEUA starting in January of 2013, CASC has
provided survey services on various projects throughout the Chino and Ontario areas. We are currently providing
construction survey services for a 5 million gallon recycled water reservoir as well as a 5 mile long water line to
supply the reservoir in Chino, CA.The majority of the on call surveying requires the use of GPS technology, filling
in with conventional total stations and digital levels as needed. All requested design topographic and utility loca-
tion surveys are performed, compiled and delivered to the Agency in autocad civil 3D format. IEUA has numerous
facilities throughout the Inland Empire and we can be requested to perform topographic and or construction sur-
veying at all of them to facilitate their on going facilities improvements.
• CCRWF Secondary Clarifier No. 2 Rehabilitation
• Turner Basin Turnout Capacity Improvements
• RP-1 Primary Clarifier Rehabilitation Project
• 930 Zone Recycled Water Reservoir
• 930 Zone Recycled Water Pipeline
• 1630 West Recycled Water Pipeline Segment B
• RP-4, I Drainage Improvements
• Carbon Canyon Recycled Water Recycling Facility Pump Station Expansion
85
34
CITY OF PALM SPRINGS
C RFP#04-16
I?n{;incorin�and Cons Jrin� ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
ON-CALL CONSTRUCTION SURVEYING
SAN BERNARDINO COMMUNITY COLLEGE DISTRICT, CA
Crafton Hills College Campus - Parking, Access and Lighting Project/Science Portables - Swing Space Project:
Under a sole sourced 3 year on-call survey contract and renewed for another 3 years in March 2012, CASC sur-
veyors performed construction surveying for construction of parking lot and ADA pedestrian access walks
through out the entire 10 campus parking lots. Construction duration was 9 months.
Crafton Hills College Campus - CRF LEED Solar Heating Panel Project: CASC surveyors performed aerial topo-
graphic mapping in support of the design of the now under construction design build Solar Farm which will sup-
ply the College with all of their electric needs year-round.
Crafton Hills College Campus- New Student Center Project: CASC surveyors performed conventional topograph-
ic mapping and site survey in support of the design of the new Student Center.
Crafton Hills College Campus - New Science Building Project: CASC surveyors performed conventional topo-
graphic mapping and site survey in support of the design of the new Science Building.
Crafton Hills College Campus- New Occupational Education Building 2 Project: CASC surveyors performed con-
ventional topographic mapping and site survey in support of the design of the new Occupational Education Build-
ing.
Crafton Hills College Campus- New Physical Education Building Project: CASC surveyors performed convention-
al topographic mapping and site survey in support of the design of the new Physical Education Building.
FIRM'S PROOF OF INSURANCE
ACOHO. CERTIFICATE OF LIABILITY INSURANCE
e ....�......a,._..�. .�......
8s
35
,¢ CITY OF PALM SPRINGS
RFP#04-16
I?n;;ineerinr:and ('nn. �ItinFt ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
D.4 SUBCONSULTANTS COMPANY OVERVIEW
TRANSPORTATION AND ENERGY SOLUTIONS, INC. 5TTWOM Emg�Sol*g;It
FIRM OVERVIEW
Transportation & Energy Solutions, Inc. (TES) has been providing transportation engineering and planning con-
sulting services to public and private clients since forming in October 2001, and construction management and
inspection services since 2004.TES currently has three offices in Los Angeles, Orange, and San Bernardino Coun-
ties. The founding principals, Nathaniel Behura, M.S., M.B.A and Glen Pedersen P.E., have been active in the fields
of transportation engineering and planning, intelligent transportation systems, and energy efficient transportation
solutions for over 25 years each. As a small firm, TES offers exceptional quality by committing a high level of in-
volvement by one or both principals on all projects. Low overhead enables TES to offer competitive prices and our
repeat clientele has provided financial stability. TES is a Caltrans certified Disadvantaged Business Enterprise
(OBE)and Metro certified Small/micro-Business Enterprise(SBE/MBE).
TRANSPORTATION AND TRAFFIC ENGINEERING/PLANNING
• Traffic signal, roadway lighting,and interconnect design.
• Signing and striping alignment and design.
• Design of work area traffic control,staging, and detour plans
• Traffic impact studies/analyses and forecast
• Bikeway planning and design
• Parking analysis and studies
• Project study and design reports
INTELLIGENT TRANSPORTATION SYSTEMS
• Intelligent Transportation System(ITS)planning, design, plans,special provisions,and estimates
• Closed Circuit Television(CCTV)
• Dynamic Message Signs(DMS)and trailblazer signs
• Vehicle detection—video,radar,passive acoustic, loops,etc.
• Procurement special provisions
• ITS design guidelines and technology evaluations
• Communication planning and design—fiber optics,twisted pair,wireless,and infrastructure
• TMC and systems planning and design
• Project administration and oversight on multi-agency coordination projects
PLANNING,PLAN CHECKING AND CONSULTATION
• Assistance with grant funding applications and budgeting
• Miscellaneous projects and studies,plan checking,and project oversight
ENERGY EFFICIENT SOLUTIONS AND STUDIES
• LED lighting,signing,crosswalk and UPS for traffic signals and other devices
• Advisory roles for all matters involving LED and energy saving components
CONSTRUCTION INSPECTION AND OBSERVATION
• Resident Engineering
• Construction Administration, Supervision,and Inspection on Public Works Projects
• Construction Process Compliance Management,especially Caltrans and Federal Funded Projects
SIGNAL TIMING AND COORDINATION
• Traffic Signal Timing and Coordination Plans
• Time-Space—flow diagrams,speed and delay Studies
€�7
36
w CITY OF PALM SPRINGS
RFP#04-16
1?ny;inrerin;;;md Cnn, iItinx ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
LOR GEOTECHNICAL GROUP, INC. TOR GEOTECHNICAL GROUP INC.
LOR ;gra•n; I e .7) i Er, wnu�
FIRM OVERVIEW
LOR was founded by our President, John P. Leuer in 1988. Our office and
laboratory are both located at 6121 Quail Valley Court in the City of Riverside, California. LOR has been providing
professional geotechnical engineering, materials testing, and special inspection services to the private and public
sector in southern California for over 27 years. We believe that you will find our understanding of our duties for
this contract to be unsurpassed and our individual and combined experience will assure you that we will deliver
what is expected. LOR is fully staffed and prepared to begin service immediately upon your request.
QUALIFICATIONS
LOR Geotechnical Group is a Certified Small Business (SBE), and a multi-disciplined geotechnical engineering and
consulting firm providing sound solutions and innovative strategies in the geotechnical engineering, geologic,
environmental, and special inspection fields for our clients since 1988. LOR has extensive experience in providing
our services to municipal agencies, including the Public Works, Special Districts, and Capital Projects Departments
of the Cities of Riverside, San Bernardino, La Quinta, Indio, Moreno Valley, Big Bear Lake, Canyon Lake, Garden
Grove, Hesperia, Perris, San Jacinto,Yorba Linda,Yucaipa,Santa Monica, and the Counties of San Bernardino and
Riverside.
LOR provides a comprehensive organization of qualified personnel to support the technical need of the City of
Palm Spring's projects. This firm has provided geotechnical engineering services for over three thousand projects
within southern California, with the majority of them in the County of Riverside and surrounding communities.
We have provided geotechnical review for the City of Santa Monica and the City of Anaheim.
SERVICES
Geotechnical Report Review Services: A thorough understanding of site conditions is crucial to the success of any
project.
LOR has provided geotechnical report review services for hundreds of reports for the City of Santa Monica in re-
cent years. In addition this firm has reviewed numerous geotechnical reports public and private entities. Our ser-
vices utilize the latest codes and guidelines, current industry standards,and our vast experience to provide sound
geotechnical investigations throughout the Inland Empire, this firm has gained extensive knowledge of the re-
gional and local geologic and geotechnical conditions of the Palm Springs area.
8°
37
/ - CITY OF PALM SPRINGS
v RFP#04-16
P:n„neednrnnd GYr,. ilting ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
E,1 BUSINESS LICENSE
CASC has maintained a physical business address within the Coachella Valley for several years. Below is a copy of
our most recent business license for the City of Palm Desert.
City of Palm Desert
73-51 U Fri wa,ng n.ive Pal,pea t�H 92a1',U
t yy (( ((y17W,3460,,1
BUSINESS NAME: C;+SC E:N,TN?6P7,fJC AN_i
ausiNESS rti<s NnH- '+'87; 2- -NGiNLERiNG `-ERV:^_c'S PL�SO
77564 COUNTRY 71,7B 7V tf2_1
6'JSiNESS nwNce AEI CAn- CONSULT_N- ,..
'C44a 2 30360565'.
i
CASC ENGTNEERTNG AND CONSULTINC7 6(301, 6
-470 E COOLEY DRTVE }
COLTON CA 92324
'ny 0.a�lY i'.4M�n;raclN O..Y rtlMaln W✓:anlY Iv.ca„aY
.q p..•.,n a na d a-:Mmxc�ea,Caar Vxe�x
E.2 LOCAL EXPERTISE
The following CASC team members proposed for this project have local expertise City of Palm Springs.
NAME ROLE LOCM EXPERIENCE
Glenn Budd Director of Engineering, ✓
Project Manager
Barbara Sherman Senior Project Manager ✓
Anthony Mistretta Plan Check Team ✓
Jeff Endicott Plan Check Management Support ✓
Water Quality
Plan Check Team
Melanie Sotelo Water Quality ✓
Rick Furlong Director of Survey and Mapping ✓
Jess Becerra Mapping Manager ✓
89
38
ATTACHMENT "A"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK
PROPOSAL (Envelope#1)*
REQUESTS FOR PROPOSALS (RFP)#04-16
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
SIGNATURE AUTHORIZATION
NAME OF COMPANY(PROPOSER): CASC Engineering and Consulting, Inc.
BUSINESS
ADDRESS: 1470 E. Cooley Drive, Colton,CA 92324
TELEPHONE: 855-383-0101 CELL PHONE FAX 909-783-0108
CONTACTPERSON Michelle Furlong EMAIL ADDRESS mfurlong@cascinc.com
A. I hereby certify that I have the authority to submit 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.
Michelle E. Furlong, Operations Manager
PRINTED NAME AND TITLE
/4a,uo t %
SIGNATURE AND DATE
B. The following information relates to the legal contractor listed above, whether an
individual or a company. Place check marks as appropriate.
1. If successful, the contract language should refer to me/my company as:
An individual;
A partnership, Partners' names:
A company;
x A corporation If a corporation, organized in the state of: CA
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
x 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: 33-0684667
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)# 1 is/are hereby acknowledged.
17 Revised: 2/8/16
7z0669.1 go
39
ATTACHMENT "B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK
PROPOSAL (Envelope 41)*
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA) ss
COUNTY OF RIVERSIDE)
The undersigned, being first duly sworn, deposes and says that he or she is
Treasurer/Secretary of CASC Engineering and Consulting, Inc.
.the parry making the foregoing Proposal. That the Proposal is not made in the interests of, or on
the behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not
directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or
anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the
Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix
any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to
secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the Proposal are true; and, further, that the
Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown
thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will
not pay, any fee to any corporation, partnership, company, association, organization, Proposal
depository, or any other member or agent thereof to effectuate a collusive or sham Proposal.
18 Revised:219f16
720669 1
40 91
By: Michelle E. Furlong/�&K(i c/ t
Title: Secretary/Treasurer
Subscribed and swom to before me this 12 day of April 2016.
19 Revised:2/8/16
720669 1
41
CALIFORNIA.IURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202
'rK:rF:ra-cc:ccrr:eerarrrcrcrcrarrr rr. ercrK.rcxxrers:re.^,ca7cr. aasec:occ�coesxa:ec rc>rc:eecr..,:es cesea rFxexxrc:ch
i/See Attached Document(Notary to cross out lines 1-6 below)
❑See Statement Below(Lines 1-6 to be completed only by document signer(s],not Notary)
Signature of Document Signer No. 1 Signature of Document Signer No. 2(if any)
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California Subscribed and sworn to (or affirmed) before me
County of .SR„i 9a2ti/a/L '-';et'
on this / 2 day of /-*�/'/2, C , 2016.
by Date Month Year
(1) C//i=G/E E. /=&e21-oiy
-EVANS (and
Commluion 12031126 NamW of Signer.(
Rotary Public-CeOfornte
San Bernardino County proved to me on the basis of satisfactory evidence
My Comm.Expires Jul 23.9017 to be the persorl(s)'who appppeearedbefore me.
Signature
Signature of Notary Public
Seal
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can defer alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:4eAl ^,L L u s 'o ✓/Qfr Dhdi/Document Date:
Number of Pages:7_ _SignedoYOther Than Named Above:
Nc:�x:cux:cw<wre�e:e^:c<:o<�x:ce:e"<%cu:+.:c;.w�:e.^:,;r%v ti+,w*nw w�=eau,�:c•:�•crv%u+x,�wa<.�.un%e:ov w�:a:<.•.:ex:owc,+
02014 National Notary Association •www.NafonalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5910
42 .93
1
%.
REQUEST FOR PROPOSALS (RFP 04-16)
FOR
ON-CALL CIVIL ENGINEERING PLAN CHECK SERVICES
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing an answer
thereto:
Q 1: The RFP indicates that 15` submittals are picked up at the Engineering Dept. Will
this be the only method for acquiring the documents? Is the City open to sending the
documents via overnight shipment (Ontrac, Fedex, etc.) to the consultant?
A 1: The City may consider other options in sending out first submittal
documents to the consultant, including electronic submittals. However,
consideration of sending documents overnight via Ontrac, FedEx, or similar
methods need to consider staff time in packaging those documents once received
by the City. Any consideration of additional tasks should be absorbed by
Consultant.
Q 2: 1 just wanted to clarify on the page count for this proposal. On page 11, Point 7.
Proposal Content, the paragraph references 30 pages and then later says 25
pages. Can you please let me know if there is a 25 or a 30 page limit?
A 2: The page limit is thirty(30)pages. Our apologies for the typographical error.
Q 3: In Section 4, Proposal Requirements, there is a statement requesting a
discussion of recent experience preparing plans, studies and maps for private
development projects in the City of Palm Springs. Can you elaborate on the intent of
this particular request?
A 3: The intent of this particular request is to seek consultant experience in
preparing plans, studies and maps for private development projects in the City of
Palm Springs. Palm Springs is unique in that it has many different agencies and
94
43
jurisdictions, such as the various utility companies, Tribal lands, Caltrans,
Riverside County Flood Control District, USFWS, Caltrans, FEMA, ACOE, etc. The
City has endangered species and special requirements that are unique to our
area. Experience in dealing with these agencies, understanding the City's as well
as their rules and regulations unique to our City and/or any historical knowledge
of development should be discussed in your proposal.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: April 4, 2016
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: CASC Engineering and Consulting, Inc.
Authorized Signature: %L"/.J1U 11� Date: 4/12/16
Acknowledgment of Receipt of Addendum 1 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
s5
44
EXHIBIT "D"
SCHEDULE OF COMPENSATION
Services are proposed to be provided on a time and material basis with emphasis on coordinating activities,such
as development inspections to reduce site travel times while increasing the number of inspections completed per
business day.Emphasis on coordination of activities will aid in minimizing cost and maximizing efficiency.
The table below provides an hourly rate for services proposed for this Project. CASC's assigned team member's
categories are shown on the resumes included in the proposal.
Rate schedule
Technical Director $175
Technical Advisor $145
Program Advisor $140
Project Manager $130
Lead Inspector $125
Inspector $85
Environmental Analyst $80
Project Coordinator/Clerical $75
REIMBURSABLE EXPENSES
The following expenses will be billed at cost plus 15%unless otherwise noted:
• Commercial Delivery Services: Including Express Mail, Federal Express, UPS and independent courier ser-
vices.
• in-House Pick-Up and Delivery Services: When provided by the firm, these services will be billed at $48.00
per hour plus$0.66 per mile round trip,with no additional markup.
• Travel Expenses: includes travel expenses incidental to performance of the work. vehicle mileage will be
billed at a rate of$0.66 per mile with no additional markup. Travel time for professional and administrative
staff will be billed per the hourly fee rate schedule with no additional markup.
• Prevailing Wage:Projects and/or portions thereof designated by Client to be subject to Prevailing Wage shall
be billed at the regular staff rate or the Prevailing Wage rate,whichever is higher. The Prevailing Wage rate
shall be (2.28) X (Total Hourly Rate), where the Total Hourly Rate is from the Wage Rate Determination is-
sued by California's Director of industrial Relations for the locality and employee classification at the time the
work is performed.
END OF EXHIBIT "D"
EXHIBIT "E"
SCHEDULE OF PERFORMANCE
Consultant shall provide services in a timely manner that may be defined by the City's
NPDES/MS4 permit, consideration of the specific project schedule, the City's Council
Meeting, deadlines imposed by resource agencies, or as agreed upon between the two
parties.
END OF EXHIBIT "E"
" 97