Loading...
HomeMy WebLinkAboutA7148 - RS&H CALIFORNIA, INC. - ONCALL AVIATION CONSULTING SVCSCONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Signatures: Insurance: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 6.13.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Professional Services Agreement Amendment RS&H California, Inc. Joesph P. Jackson Joe.Jackson@rsandh.com On-call Aviation Consulting Services On-call July 31, 2023 - July 30, 2026 Attached Joesph P. Jackson, Joe.Jackson@rsandh.com David J. Full, David.Full@RSandH.com Aviation Jeremy Keating / 3849 July 24, 2023 A7148 1 N/A Yes Yes Yes N/A No N/A N/A N/A N/A August 3, 2023 Christina Brown DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB 9/26/2023 DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1.Name of Entity 2.Address of Entity (Principle Place of Business) 3.Local or California Address (if different than #2) 4.State where Entity is Registered with Secretary of State If other than California, is the Entity also registered in California? ☐ Yes ☐ No 5.Type of Entity ☐Corporation ☐Limited Liability Company ☐Partnership ☐Trust ☐Other (please specify) 6.Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 RS&H California, Inc. 369 Pine Street, Suite 610, San Francisco, CA 94104 5901 W. Century Boulevard, Suite 1030, Los Angeles, CA 90045 California X See Attachment "A" DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB 7.Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE: Jane Doe [name of owner/investor] 50%, ABC Company, Inc. [percentage of beneficial interest in entity and name of entity] A. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 2 of 2 James W. Hullett, Jr.100% - RS&H California, Inc. July 6, 2023Joseph P. Jackson, President DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB ATTACHMENT “A” RS&H CALIFORNIA, INC. Public En�ty Disclosure/Applicant Disclosure Form Ques�on 6 – Officers/Directors Joseph P. Jackson President, Director James W. Hullet, Jr Vice President, Director Jesse J. Forst Vice President David J. Full Vice President, Corp. Sec. Douglas D. Geiger Vice President Christopher M. Greene Vice President James W. Hullet, Jr. Vice President Druce S. Joslin Vice President Keith M. Nix Vice President Evan H. Pfahler Vice President, Treasurer Michael Spitzer Vice President George N. Tsiouvaras Vice President Andrew P. Wheeler Vice President Amy N. Davis Assistant Treasurer Marlon F. Starr Assistant Corp. Secretary Cathy G. Scot Assistant Corp. Secretary DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB 07/25/2023 Brown & Brown of Florida, Inc. 10151 Deerwood Park Blvd Bldg 100, Ste 100 Jacksonville FL 32256 Lori Duvall CIC (904) 565-1952 (904) 565-2440 Lori.Duvall@bbrown.com RS&H, Inc 10748 Deerwood Pk Blvd S Jacksonville FL 32256 Zurich American Insurance Company 16535 American Guarantee and Liability Insurance Company 26247 Travelers Property Casualty Company of America 25674 Continental Insurance Company 23.24 A Blkt AI - Prim & Non Contrib Blkt WOS Y GLO1466409-01 06/28/2023 06/28/2024 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 A Blkt AI Blkt WOS Y BAP1469564-01 06/28/2023 06/28/2024 2,000,000 PIP-Basic 10,000 10,000 see attached 06/28/2023 06/28/2024 29,000,000 29,000,000 B N Y WC0411471-01 06/28/2023 06/28/2024 1,000,000 1,000,000 1,000,000 Project: On-Call Aviation Consulting Services (SOQ 06-17) The City of Palm Springs, its officials, employees, & agents are included as additional insured on a primary & non-contributory basis with respect to the General Liability and Auto Liability when required by written contract. Waiver of subrogation applies in favor of the City of Palm Springs, its elected officials, officers, employees, agents, and volunteers with respects to the Workers Compensation policy when required by written contract. 30 day notice of cancellation provided per policy provision. City of Palm Springs Attn: City Manager 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB Page 1 of 4 Revised: 2.9.22 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT NO. A7148 BETWEEN THE CITY PALM SPRINGS AND RS&H CALIFORNIA, INC. 1. Parties and Date. This Amendment No. 1 to Agreement No. A7148 (Amendment No. 1) is made and entered into on July 31, 2023, by and between the City of Palm Springs (“City”) and RS&H California, Inc., a California Corporation with its principal place of business at 5901 W. Century Blvd, Suite 1030 Los Angeles, CA 90045 (Consultant). City and Consultant are sometimes individually referred to as “Party” and collectively as “Parties.” 2. Recitals. 2.1 Agreement. The City and Consultant have entered into an agreement entitled On-Call Aviation Consulting Services dated July 31, 2018 (Agreement) for the purpose of retaining the services of on-call aviation consulting services. 2.2 Recent Purchase Orders & Task Orders. On January 27, 2022, the City authorized the issuance of three purchase orders: 1) Pre-Design, Design, and Bid Phase Services for the Taxiway Rehabilitation Project; 2) Airfield Hot Spot Study; and 3) Wildlife Hazard Assessment at the Palm Springs International Airport pursuant to the Agreement. On February 1, 2023, the City issued a task order for the completion of a Documented Categorical Exclusion (CATEX) in compliance with the National Environmental Policy Act (NEPA) for the Inline Baggage Handling System Improvements Project at the Palm Springs International Airport pursuant to the Agreement. On March 14, 2023, the City issued two task orders: 1) A task order for the completion of two Documented Categorical Exclusion (CATEX) in compliance with the National Environmental Policy Act (NEPA) for the Restroom Improvements, Replacement of Escalators and Elevators, and Lot A and Economy Parking Improvements Project; and 2) A task order for the completion of a Simple Written Record Categorical Exclusion (CATEX) in compliance with the National Environmental Policy Act (NEPA) for the replacement of boilers and chillers at the Palm Springs International Airport pursuant to the Agreement. On April 5, 2023, the City issued a task order for the completion of a Documented Categorical Exclusion (CATEX) in compliance with the National Environmental Policy Act (NEPA) for the Baggage Claim Lobby Expansion Project at the Palm Springs International Airport pursuant to the Agreement. On May 3, 2023, the City issued two task orders: 1) A task order to conduct an independent fee estimate (IFE) at Palm Springs International Airport for Restroom Renovation Design and Abbreviated Construction Administration Services Project; and 2) A task order to conduct an         DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C Page 2 of 4 Revised: 2.9.22 independent fee estimate (IFE) at Palm Springs International Airport for Lot A, Employee and Economy Parking Environmental Documentation (NEPA & CEQA), Design, and Abbreviated Construction Administration Services Project pursuant to the Agreement. On May 31, 2023, the City issued a task order for the provision of on-call services to conduct an independent fee estimate (IFE) at Palm Springs International Airport for Bag Lobby Expansion and Renovation and Abbreviated Construction Administration Services Project pursuant to the Agreement. 2.3 Expiration of Agreement. The Agreement is set to expire on July 30, 2023. 2.4 Amendment. The City and Consultant now desire to amend the Agreement in order to extend the term for the sole purpose of allowing ongoing projects to be completed. 2.5 Amendment Authority. This Amendment No. 1 is authorized pursuant to Section 10.3 of the Agreement. 3. Terms. 3.1 Section 3.4 Term. Section 3.4 of the Agreement is hereby amended in its entirety to read as follows: “3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect through July 30, 2023. Any extension must be through the mutual written agreement of the Parties. In the event that there are outstanding Task Orders as of July 30, 2023, this Agreement shall continue in full force and effect for: (1) a period of three years, commencing on July 31, 2023, and ending on July 30, 2026, or (2) the completion of all outstanding Task Orders, whichever occurs earlier.” 3.2 Continuing Effect of Agreement. Except as amended by this Amendment No. 1, all other provisions of the Agreement remain in full force and effect and shall govern the actions of the parties under this Amendment No. 1. From and after the date of this Amendment No. 1, whenever the term “Agreement” or “Contract” appears in the Agreement, it shall mean the Agreement as amended by this Amendment No. 1. 3.3 Adequate Consideration. The Parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment No. 1. 3.4 Severability. If any portion of this Amendment No. 1 is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5 Counterparts. This Amendment No. 1 may be executed in duplicate originals, each of         DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C Page 3 of 4 Revised: 2.9.22 which is deemed to be an original, but when taken together shall constitute but one and the same instrument. [SIGNATURES ON FOLLOWING PAGE]         DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C Page 4 of 4 Revised: 2.9.22 SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND RS&H CALIFORNIA, INC. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By:_____________________________________By:_________________________________________ Signature Signature (2nd signature required for Corporations) Date:Date: CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: _______ Item No. APPROVED AS TO FORM: ATTEST: By: ___________________________ By: _______________________________ City Attorney City Clerk APPROVED: By: _______________________________ Date: City Manager –over $50,000 Deputy/Assistant City Manager –up to $50,000 Director –up to $25,000 Manager –up to $5,000 7/24/23          1L DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C 8/8/2023 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1.Name of Entity 2.Address of Entity (Principle Place of Business) 3.Local or California Address (if different than #2) 4.State where Entity is Registered with Secretary of State If other than California, is the Entity also registered in California? ☐ Yes ☐ No 5.Type of Entity ☐Corporation ☐Limited Liability Company ☐Partnership ☐Trust ☐Other (please specify) 6.Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other ☐Officer ☐ Director ☐ Member ☐ Manager ☐General Partner ☐ Limited Partner ☐Other CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 RS&H California, Inc. 369 Pine Street, Suite 610, San Francisco, CA 94104 5901 W. Century Boulevard, Suite 1030, Los Angeles, CA 90045 California X See Attachment "A" DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C 7.Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE: Jane Doe [name of owner/investor] 50%, ABC Company, Inc. [percentage of beneficial interest in entity and name of entity] A. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 2 of 2 James W. Hullett, Jr.100% - RS&H California, Inc. July 6, 2023Joseph P. Jackson, President DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C ATTACHMENT “A” RS&H CALIFORNIA, INC. Public En�ty Disclosure/Applicant Disclosure Form Ques�on 6 – Officers/Directors Joseph P. Jackson President, Director James W. Hullet, Jr Vice President, Director Jesse J. Forst Vice President David J. Full Vice President, Corp. Sec. Douglas D. Geiger Vice President Christopher M. Greene Vice President James W. Hullet, Jr. Vice President Druce S. Joslin Vice President Keith M. Nix Vice President Evan H. Pfahler Vice President, Treasurer Michael Spitzer Vice President George N. Tsiouvaras Vice President Andrew P. Wheeler Vice President Amy N. Davis Assistant Treasurer Marlon F. Starr Assistant Corp. Secretary Cathy G. Scot Assistant Corp. Secretary DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C 07/25/2023 Brown & Brown of Florida, Inc. 10151 Deerwood Park Blvd Bldg 100, Ste 100 Jacksonville FL 32256 Lori Duvall CIC (904) 565-1952 (904) 565-2440 Lori.Duvall@bbrown.com RS&H, Inc 10748 Deerwood Pk Blvd S Jacksonville FL 32256 Zurich American Insurance Company 16535 American Guarantee and Liability Insurance Company 26247 Travelers Property Casualty Company of America 25674 Continental Insurance Company 23.24 A Blkt AI - Prim & Non Contrib Blkt WOS Y GLO1466409-01 06/28/2023 06/28/2024 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 A Blkt AI Blkt WOS Y BAP1469564-01 06/28/2023 06/28/2024 2,000,000 PIP-Basic 10,000 10,000 see attached 06/28/2023 06/28/2024 29,000,000 29,000,000 B N Y WC0411471-01 06/28/2023 06/28/2024 1,000,000 1,000,000 1,000,000 Project: On-Call Aviation Consulting Services (SOQ 06-17) The City of Palm Springs, its officials, employees, & agents are included as additional insured on a primary & non-contributory basis with respect to the General Liability and Auto Liability when required by written contract. Waiver of subrogation applies in favor of the City of Palm Springs, its elected officials, officers, employees, agents, and volunteers with respects to the Workers Compensation policy when required by written contract. 30 day notice of cancellation provided per policy provision. City of Palm Springs Attn: City Manager 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C REYNOLDS, SMITH AND HILLS ARCHITECTS-ENGINEERS PLAN REYNOLDS, SMITH AND HILLS CS, INCORPORATED Reynolds, Smith and Hills, Inc. RS&H ALABAMA, INC. RS&H ARCHITECT AND ENGINEER, P.C. RS&H ARCHITECTS-ENGINEERS-PLANNERS, INC. RS&H CALIFORNIA, INC. RS&H COMMERCIAL REALTY, INC. RS&H IDAHO, P.C. RS&H ILLINOIS, INC. Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured RS&H IOWA, P.C. RS&H MARYLAND, INC. RS&H MASSACHUSETTS, INC. RS&H MISSISSIPPI, P.C. RS&H MONTANA, P.C. RS&H NEVADA, INC. RS&H OHIO, INC. Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured RS&H MICHIGAN, INC. Additional Named Insured RS&H OREGON, ARCHITECTS-ENGINEERS-PLANNERS, P.C. RS&H PENNSYLVANIA, INC. TSIOUVARAS SIMMONS HOLDERNESS, INC. RS&H Arkansas Inc Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insureds Other Named Insureds OFAPPINF (02/2007)COPYRIGHT 2007, AMS SERVICES INC DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C RS&H, IncBrown & Brown of Florida, Inc. 25 Certificate of Liability Insurance: Notes Umbrella - Total Limit $29,000,000 Primary $9M Policy #AUC-1469558-01 American Guarantee and Liability Insurance Company $10M XS $9M Policy #EX-6T35064A-23-NF Travelers Property Casualty Company of America $10M XS $19M Policy #7039681430 Continental Insurance Company ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 7/25/2023 Greyling Ins Brokerage/EPIC Master Chart Of Accounts To Copy to New Divisions New York NY 10019 Sharon Brubaker 770.756.6599 greylingcerts@greyling.com Lloyd's of London 85202 RS&HINC RS&H,Inc. 10748 Deerwood Park Blvd South Jacksonville,FL 32256 1063134889 A Professional Liab Incl.Pollution Incl.Pollution B0146LDUSA2304894 6/28/2023 6/28/2024 Per Claim Aggregate $5,000,000 $5,000,000 Re:Project:On-Call Aviation Consulting Services (SOQ 06-17). Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,we will endeavor to provide 30 days'written notice (except 10 days for nonpayment of premium)to the Certificate Holder. City of Palm Springs Attn:City Manager 3200 E.Tahquitz Canyon Way Palm Springs CA 92262-0000 DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C CITY OF PALM SPRINGS 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262 (760) 322-8328 BUSINESS LICENSE CERTIFICATE Fees Paid:$174.00 ISSUANCE OF THIS LICENSE DOES NOT ENTITLE THE LICENSEE TO OPERATE OR MAINTAIN A BUSINESS IN VIOLATION OF ANY OTHER LAW OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS. Business Name:RS&H California, Inc. DBA: Owner:RS&H California, Inc. Mailing Address:10748 Deerwood Park BLVD Attn: Cathy Scott Jacksonville, FL 32256 License Number:OC-001664-2023 Expiration Date:07/31/2024 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. Business Location:5901 W Century BLVD Suite 1030, Los Angeles, CA 90045 Business Description:Architectural, Engineering, Environmental, & Planning Services TO BE POSTED IN A CONSPICUOUS PLACE DocuSign Envelope ID: 1833DCE5-D104-4910-A907-586B423EA62C CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL AVIATION CONSULTING SERVICES RS&H Agreement No. ( THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this day of Tutu , 2018, by and between the CITY OF PALM SPRINGS, a California charter city and mu pal corporation, (hereinafter referred to as "City") and RS&H California, Inc. (RS&H), 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 general, non-exclusive, On-Call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Phase Management Services, and other Aviation Consulting Services, including without limitation the Scope of Services generally described in the City's Request for Statements of Qualifications SOQ 06-17, dated July, 2017 ("SOQ") (Exhibit "A" to this Agreement), (collectively the "Aviation Consulting Services") as may be required from time to time for the Palm Springs International Airport ("Project"), B. Consultant has submitted to City signed, original proposal submitted to the City ("Consultant's Proposal") (Exhibit "B" to this Agreement) to provide the Aviation Consulting ��Services to City for the Project under the terms of this Agreement. Consultant is ready, willing, and able to provide the services the City desires, perform all Aviation Consulting Services necessary or appropriate for the Project, and meet the City's expectations as described in these Recitals and in the SOQ. C. The City desires to have the Project designed and developed in an integrated, functional, and attractive way so that the operational goals of the City can be achieved while ensuring that the Project will be an environmental, cultural, social, and governmental benefit to the City. D. Consultant represents that it is regularly and appropriately licensed to practice architecture, engineering, planning and/or environmental services in the State of California and is qualified and expert in all respects to provide the required and desired Aviation Consulting Services and that its officers and employees are sufficient in number and possess the knowledge, experience, and character necessary to qualify them individually as expert for the particular duties they are to perform. E. City desires to retain Consultant to provide the Aviation Consulting Services. Page 1 of 20 Rev.7-03-18 NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "C" (the "Services" or"Work"). As provided in the SOQ, the specific services are subject to definition and assignment by the City from time to time over the term of the Agreement. As each service is defined and assigned to Consultant, the task will be included as Services or Work and the compensation and schedule of performance for such services and shall be made a part of the Agreement, and shall be deemed attached to this Agreement as part of the Scope of Services, Compensation, and Schedule of Performance and incorporated by reference. As a material inducement to the City entering into this Agreement, Consultant represents that Consultant is a provider of professional services and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants that it shall follow established professional standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "established professional standards" shall mean those standards of practice recognized among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the SOQ; and, (4) the Consultant's Proposal, (collectively referred to as the "Contract Documents"). The SOQ and the Consultant's Proposal are incorporated by reference and are made a part of this Agreement. All provisions of the Scope of Services, the SOQ, 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 st) the provisions of the Scope of Services; (2nd) the provisions of the SOQ; (3rd) the terms of this Agreement; and, (4th) the provisions of the Consultant's Proposal. 1.3 Compliance with Law. Consultant represents 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, and the Required Federal Contract Provisions described in Exhibit "Y of this Agreement. 1.4 Licenses, Permits, Fees and Assessments. Consultant represents to City that it has obtained or 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 required by this Agreement prior to the commencement of Work and Services.-Consultant Page 2 of 20 Rev.7-03-18 represents 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 represents 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 represents that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or Director of Aviation, 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 Aviation 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 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, Page 3 of 20 settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Manager or the Director of Aviation 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 "E" and incorporated herein by this reference. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "E", or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of projects requiring the Consultant's services throughout the duration of the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "E". Consultant's compensation shall be limited to the amount identified on each separate, individually authorized Task Order corresponding to a project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required services (pursuant to Schedule "E") necessary for the projects. Subject to existing cost limits established by municipal code. Page 4 of 20 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. A written narrative progress report will be required to accompany any invoicing for environmental and/or planning work performed under this contract using FAA AIP funding. 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 otherwork product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any work or services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the Page 5 of 20 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 this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed five (5) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. Work for FAA AIP projects will not extend beyond five (5) years from the commencement date. 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: Joseph P. Jackson. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Page 6 of 20 Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subConsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subConsultant and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venture or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subConsultants, or agents, Consultant shall indemnify City for all such financial obligations. Page 7 of 20 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 provide City with (a) a letter from Consultant's errors and omissions insurer stating that neither Consultant's prior policy, which expired on June 28, 2018, nor Consultant's current policy which became effective that same date, has any claim(s) paid out that would have a material impact upon the adequacy of coverage to respond fully to and to pay any covered claim or loss, and (b) a letter from Consultant indicating that Consultant has no knowledge of any potential claim that would be covered by Consultant's errors and omissions insurance. (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. Page 8 of 20 B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subConsultants, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent Consultants, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. 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 ($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. Page 9 of 20 5.3.2 Any failure by Consultant 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 subConsultants, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subConsultants and others engaged in the Project will be submitted to the City for review. 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. Page 10 of 20 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: Page 11 of 20 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 legal costs and reasonable 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. Page 12 of 20 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 subConsultants, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers. B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims"shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final- C. The Consultant shall require all non-design-profession sub-Consultants, 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-Consultants, 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 Accountinq 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 Page 13 of 20 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, subConsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and upon payment of outstanding invoices, if any, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subConsultants shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and 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 Page 14 of 20 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. 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 Page 15 of 20 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 Rights 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. 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 Page 16 of 20 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 represents 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, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. Page 17 of 20 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: Joseph P. Jackson, President RS&H California, Inc. 5901 W. Century Blvd., Suite 1030 Los Angeles, CA 90045 (310) 692-2050 RS&H California, Inc. Attention: Legal Department 10748 Deerwood Park Blvd South PO Box 4850 (zip code 32210) Jacksonville, FL 32256 (904) 256-2500 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. Page 18 of 20 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 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 19 of 20 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: f)7~�f— Z-f2 A' B . NeDavid H. Ready, PhD City Manager / APPROVED AS TO FORM: ATTEST p . _ �r By: Edward Z. Kotl in nthony J. Ia, City Attorney City Clerk APPROVED BY CITY COUNCIL: ������ '> M 1-G. Date: �=Fes— Agreement No. leg "CONSULTANT" RS&H California, Inc. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By z2e �/lyyo/J4ava/ Ignat re (Notarized) Signature (Notarized) Joseph P. Jackson, President G//oc! (/jRA✓ES i3rsf �6c. Printed Name/Title Printed Name/Title MELANIE I.NICHOLS MELANIE I. NICHOLS Page 20 Of 20 Not"Fublic, State of Florida Notary Public, Stale of Florida My Comm.c.pits$October 12,2019 My Comm.Expires October 12,2019 Commission No. FF 926740 Commission No. FF 926740 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Cai"a County of On before tine, pe rbre hxrl N•m•and TA,91 tl+ofon peraonaity appeared _ _-_--_ --— __. who ProuerJ to me on the basis of satisfactory evidence to be the persons) whose names) Ware subscribed to the within instrument and acknowledged to me that helshe/they wrearlod the same in hie/hor/thea autlwrized capacity(les), and that by his/her/their signs ie(s) on the insdumern the person(s), or the entity upon behalf of which the person(s) acted,exec ded the instrument I certify under PENALTY OF PERJURY under the laws of the State of Caiifomia that the foregoinq paragraph is true and correct_ WITNESS my hand and official seal. Signature rw•Novy erl nno.• 9�.w�ar N,w,ynwca.. OP77ONAL Thmo the rdbar an bebw Fs nix narked by bK B may pr m vduabb to Oetaoes t*hv on ere document Arid o%k prevent IMIXJf Ont IpJ M/And rwaHadenael a(nan 1f to anWw dawn&*. Description of Attached Document Till orlypeof Dooument: _ Document Date. Number of Pages. Signer(s)Other Than Named Above: Capacity(lam)Claimed by Signelf(s) Signer's Name. Signers Name: 7 Individual r Individual -1 Corporate Officer—Tille(s): __ r-Corporate Officer—Tille(a); Partner—❑Limited ❑General C Partner—C Limited D General J Attorney in Fact L Attorney in Fact J Tm atoo bye mama nee! L Trustee cp Of n m neon J Guardian or Conservator Guardian or Consarvator D Olhec_ C Other: Signer Is Reprssenfing: Signer Is Representing: LA Omsl NauaulAWfr�AndWon•9¢SpIL eCa,>°A,an ew 9klP.e'Jw.,...tG•L'11 t2nD'l•aawa u.tnmual.n ap i.m~ navbr Car W.FsIIMMMMn EXHIBIT "A" SOQ 06-17 FOLLOWS THIS PAGE. Exhibit "A" O� ?ALAI s y V � CITY OF PALM SPRINGS, CALIFORNIA REQUEST FOR STATEMENTS OF QUALIFICATIONS No. 06-17 FOR ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT -April 2017 (original) RE-ISSUED JULY 2017 City of Palm Springs Division of Procurement and Contracting 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 (760) 322-8368 1 Exhibit "A" CITY OF PALM SPRINGS, CA REQUEST FOR STATEMENTS OF QUALIFICATIONS SOQ 06-17 On-Call Aviation Consulting Services for Palm Springs International Airport NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting Statements of Qualifications from qualified professional firms to provide the City with on-call Aviation Consulting Services. PROJECT LOCATION: Palm Springs International Airport, 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262. SCOPE OF SERVICES: The scope of work will consist of providing on-call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Management services, and other miscellaneous Airport Consulting Services as may be required for the Palm Springs International Airport (PSP). These services in large majority will be provided in support of the PSP Airport FAA Authorized Airport Capital Improvement Program (ACIP). The intent of this process is to exercise the FAA Advisory Circular in AC 150/5100-14E for the selection and engagement of consultants for the above referenced professional services. Therefore, assuming there are a sufficient number of responses to this SOQ, and a number of sufficiently qualified firms are shortlisted, as many as three firms may be selected to negotiate a contractual arrangement to provide professional services for specific projects in any one of the capacities identified above. Therefore, it is important for respondents to identify the level of expertise it can provide and is relevant to some or all of the fields of potential work. Firms under consideration are not expected to be capable of providing all the disciplines sought. Submitting firms should be prudent not to diminish their core strengths in an effort to appeal to the range of needed services, instead recognize that there likely will be multiple firms assigned specific projects, not one firm to provide all services. OBTAINING SOQ DOCUMENTS AND ADDENDA: The SOO document may be downloaded via the internet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids & Proposal), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the SOQ via the internet, contact Craig Gladders, Procurement and Contracting Manager, via email at Craig.Gladdersna.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 SOQ. Failure to acknowledge Addenda may render a submittal as being non- 9 Y 9 responsive or may negatively impact the evaluation of your submittal. We strongly advise that you follow the registration instructions above if you are interested in submitting. 'Note — registering for this specific project is a separate process and not the same as registering online in our general vendor database, BuySpeed. We strongly advise that interested firms officially register per the instructions. The City will not respond to individual requests for a list of registered firms. Rather, the City will post the list of firms that register for this SOQ to the website and will update the list as it changes until the SOO closing date to assist those firms seeking teaming opportunities with lead firms. ONLY firms that will provide ALL of the services requested in this SOQ may submit Statements of Qualifications in response to this solicitation. The City shall not accept submittals 2 Exhibit "A" from individual Engineering, Architect, Environmental, Planning, or Construction Management firms. EVALUATION OF SUBMITTALS AND AWARD OF CONTRACT: This solicitation has been developed in the Statement of Qualifications (SOQ) format. Accordingly, firms should take note that multiple factors as identified in the SOQ will be considered by the Evaluation Committee to determine which submittals best meet the requirements set forth in the SOO document. Consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050, as well as FAA guidance, the acquisition of Professional Services is based upon demonstrated competence and PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract awards, if any, will be made by the Palm Springs City Council. The selected firms will be required to comply with all insurance and license requirements of the City. SITE VISIT: A non-mandatory Site Visit will be held in the Airport Conference Room (2ntl floor— Center Terminal) at 2:00 PM on Tuesday, May 2, 2017. The purpose of the site visit is to allow prospective firms the opportunity to acquaint themselves with the conditions existing at the Airport facilities. Questions relating to the scope of work or the solicitation process WILL NOT be answered at the site visit and must be submitted in writing as directed in the SOQ document. General questions relating to identification and lay-out of the Airport facilities may be answered at the site visit. Parking ticket validation will be provided at the meeting. The Airport is located at 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262. The conference room is located on the second floor above the main lobby entrance of the airport. This will be the only site visit scheduled. DEADLINE: All submittals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 before 3:00 P.M., LOCAL TIME, TUESDAY, MAY 23, 2017. The receiving time in the Procurement Office will be the governing time for acceptability of Submittals. Electronic, telegraphic and telephonic submittals will not be accepted. Reference the SOQ document for additional dates and deadlines. Late submittals will not be accepted and shall be returned unopened. SUBMITTALS TO REMAIN OPEN: The Respondent shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager April 20, 2017 3 Exhibit "A" REQUEST for STATEMENTS OF QUALIFICATIONS (SOQ) No. 06-17 FOR ON-CALL AVIATION CONSULTING SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT INTRODUCTION AND BACKGROUND: The City of Palm Springs, Department of Aviation (AIRPORT), is seeking statements of qualifications from qualified firms for providing on-call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Management services, and other miscellaneous Airport Consulting Services as may be required for the Palm Springs International Airport. These services will be provided in support of the PSP Airport's FAA Approved Airport Capital Improvement Program (ACIP) and other miscellaneous airport related projects as may be required. The single incumbent firm currently providing these services to the City is WSP PB Aviation through their office based in San Bernardino, CA. As per FAA requirements, a new solicitation process is required. The Palm Springs International Airport (Airport) is a Small Hub airport owned and operated by the City of Palm Springs under the administration of the City's Department of Aviation. The Airport is an enterprise account within the city and is financially self-sustaining. The Airport is located in eastern Riverside County, approximately 2.5 miles east of the central business district of Palm Springs, California (3400 East Tahquitz Canyon Way). Uniquely, the fagade (only) of the main terminal building is a designated historic landmark. PSP Airport is a key component in local tourism which is the largest industry for the nine-city Coachella Valley. In 2016 the Airport served approximately two million commercial passengers and a substantial number of aviation and non-aviation customers and tenants. Despite serving a world-renowned tourist destination, the Airport experiences what the industry would consider to be extreme seasonality that peaks in the winter months and eases to a lower level of activity during the summer months. About 70 percent of the passenger traffic originates from over 500 cities worldwide every year using a strong mix of international, regional, and low cost airline services, making it a destination airport by definition. Please see the City's website for current airport statistics at www.palmspringsca.gov Go to Government, Departments, Aviation, PSP Airport is in solid standing with the FAA and TSA in regard to its ability to meet its regulatory obligations, and the airport has a strong and collaborative relationship with all its tenant stakeholders. The fiscal condition of the airport is strong given the current and sustained growth it is experiencing. The City of Palm Springs is conducting this SOO consistent with the FAA Advisory Circular Standards set forth in AC 150/5100-14E. SCHEDULE: Notice requesting Statements of Qualifications posted and issued ........................April 20, 2017 Non-Mandatory Site Visit .......................................................... 2:00 PM Tuesday, May 2, 2017 Deadline for receipt of Questions.......................................Tuesday, May 16, 2017, 3:00 P.M. Deadline for receipt of Submittals .......................................Tuesday, May 23, 2017 3:00 P.M. Short List/ Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council ..................................................................... to be determined NOTE: *Dates above are subject to change. "KEY" TO SOQ ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with submittal. 4 Exhibit "A" ATTACHMENT "B" — Sample boilerplate Professional Contract Services Agreement (for reference only) PURPOSE: The professional services contracts resulting from this SOQ process are intended to provide for on-call services of the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Management services for a five (5) year period. Other more basic services like survey, testing, sampling, permitting, and other ancillary project related tasks will also be included in the contracted services but will not be delineated in the general project descriptions. ONLY firms that will provide ALL of the services requested in this SOQ may submit Statements of Qualifications in response to this solicitation. The City shall not accept submittals from individual Engineering, Architect, Environmental, Planning, or Construction Management firms. As such, firms should seek to ensure that their qualifications and personnel meet the requirements set for in the SOO in order to successfully perform the various projects that may be assigned. If, after award of a contract, changed circumstances require the need for additional resources or sub-consultants to address the needs of the City, authority to further sub-contract out work may be granted by the City. Pursuant to Article 4.3 of the sample agreement attached, prior written consent of the City is required. The Airport uses the traditional methods of prioritizing projects including the use of its most recent Master Plan Update, FAA approved Airport Layout Plan, FAA annual Airport Capital Improvement Program, Airport Department annual budgetary operating capital improvement program, grant availability, and other unplanned needs and regulatory mandates that may create projects. A combination of both planned and unplanned projects are included in the scope of work for these professional service contracts, but the list is not considered comprehensive and is subject to change. Because this selection process is in accordance with FAA Advisory Circular 150/5100-14D and is qualifications based, not fee based, the list of projects, or any variations of it, should not have any influence on the required qualification submittals by interested firms. It is the intent of this SOQ process, in accordance with the FAA allowances for securing professional services, to select up to three firms to negotiate a contractual arrangement to provide professional services for specific projects in any one of the capacities identified above. At the time the contracts evolving from this selection are brought forward for final approval to the Palm Springs City Council, each contract will specify what FAA funded, or non-FAA funded projects are specifically assigned over the five-year period. There is no promise or guarantee of work, exclusivity, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. The City further reserves the right to conduct separate or independent solicitations for any services for any project otherwise identified in this SOO if the City Council determines that it is in the best interest of the City. AIRPORT PROGRAMS AND PROJECTS: For the purpose of facilitating this SOO solicitation, the following compilation of forecast airport projects illustrates what may transpire for the Palm Springs International Airport professional services work program over the next five years. The final determination and outcome of these projects will be dependent upon many variables, including but not limited to; available funding, source of funding, industry incidents, regulatory changes, changes in activity forecasts, and other factors. The list of projects may include, but is not limited to, the following: • Pavement Condition Index Report creation, including field analysis and report. • Design for Airside pavement repairs and rehabilitation. • Design for Runway and Taxiway Safety Area maintenance and repair. • Design for Airfield, building, or Iandside electrical systems repair. 5 Exhibit "A" • Design for New Car rental facilities. • Design for public vehicle parking lots and roadway repairs. • Design for Terminal baggage claim systems replacement and associated building modifications. • Design for expanded concourse holding gates and related gate equipment. • Construction Management for the terminal ticket-wing renovations. • Construction Management for the new rental car facility expansions. • Program Management for the new rental car facility expansions. • Construction Management for the terminal gate expansion program. • Construction Management of the terminal baggage handling systems replacement and facility modifications. • Program management for any project identified here. • Specification and bid documents development for new Aircraft Rescue and Firefighting vehicles. • Update of the Airport's Airport Layout Plan and property Schedule A. • Design or Construction Management for miscellaneous unplanned airport building maintenance, rehabilitation, or remodeling projects. • Safety Management Systems program development and completion per project. • FAA AIP Grant Application support formulation assistance. • Independent Fee Estimation (IFE), according to FAA standards, and for any professional service including design, planning, construction management, or program management. • FAA Airport Capital Improvement Program development and preparation assistance. • Master Plan Update. • Environmental studies for a Master Plan Update. • FAA Categorical Exclusion documentation preparation for projects. • FAA Cost/ Benefit Analysis of projects. • Design and support services for TSA equipment additions or modifications. • Miscellaneous on-call design, construction management, and planning services for emergencies and unscheduled projects. Following this list on the next page is a table that includes the 2017 Proposed 5 Year Capital Improvement Plan: 6 Exhibit "A" W[.1;NI6 Nt]Ropcaed rammed S Year A art Ca iUl Improvement Mn Mt7 N18 N19 NN NM an Esdmamd Glance F AA Funding $1,45O,OW $490 WM $9,470,tN tA19AN 34SO4 FadmaW Mnual FM DWamanu $3'W%W9 $4X0,000 $6,000A00 N,ON.NO $IAW,000 $$,iNAN SS,10e,000 LD[A Malik $M6,1a0 S3m,aeo $N17N $3W7N $N$,gN $WgAN FAA Dittretimary Funding $1 E,dmaled Bp1nnin9 Rele[t FW.Ad Fund, 15,0gaw Ud Aw S65M,1N $6,919,3N U615,410 KM1AN AiROM1lmprovement A1FW Desl n-Tarminalrkkeun TA ac Ira rowma,m Dan n-AIM1Yq Ugh§Ag&TA%WyJ 9alanr.dueuN5w53 N11 Gn, alTkketln Gas Ira mvemenb atanx rt ]830000 Gn.wn"0LJgh kBn are:We J tz.o ooe N18GnsWC Tmminal Tick,tn U ac lraprovemenh PaI21 Sa,MO WO M19 Ns n T4mgn81 Qpc"ggqo I50 AWFTm a mnent St 0 MN CmaWdLnelnalG ec G a bma Sa.500000 Dei nimmlndG ac GhEa anabn fPo0,000 M31 Cmatmet Tmminal NW sbn AMAMI 2022 Passenger BaaNng Bdd m ,WO 0 L«,iu t0wu t� ixlx tw% tad% TaYI ft $26a 15444 MAN NO.6N S2,9N.9N $5,100,9m (WON) ,SOOAeO Pmjeci%Fmm FAA $2,554,344 (55,2 .7311 IS3,m.3B31 (51,963,SDJI (N,623.iW1 960.mo1 hanm1 Local ,c.0m aVexe, a s ,vn c.rp.e 5190 885.990 51 e75,1N Si,619,350 a S3 r5,/10 $311,410 SCOPE OF SERVICES: The term of the contract will be for five (5) years. The scope below represents services that are anticipated to be necessary over the term. Each scope item is related in whole or partially to the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, and Project and Construction Management. All of the other more basic services like survey, testing, sampling, permitting and other ancillary project related tasks are considered inherent in any of the core disciplines. It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. 1. Assist Airport staff and representatives in establishing project priorities, goals, objectives, means, and parameters for the required services with Planning, Environmental, Architectural Design, Engineering, Project and Construction Management. 2. Prepare all detailed plans, reports, analyses and schedules for meeting project planning requirements, including Airport Layout Plan conformance, Cost Benefit Analysis, SMS, FAA Risk Assessment, and environmental analysis and approvals. 3. Prepare schematic plans, then final plans and specifications in such form as to comply with the latest applicable laws, building codes, ordinances, and FAA Advisory Circulars, as amended and other applicable CALTRANS and/or FAA rules, regulations, and guidance. 7 Exhibit "A" 4. Ensure that all applicable sustainability goals and local architectural requirements and processes are addressed with each project. 5. Prepare design documents, construction documents, and other required drawings, bid documents, as well as technical specifications describing the size, character, and quality of the entire project. Revise documents as needed to the satisfaction of the Airport or the FAA. 6. Prepare and submit itemized project cost estimates at the planning, design and construction phases. 7. Prepare addenda, interpret the construction documents, and prepare clarification documents. 8. Attend planning, preconstruction, pre-bid, and construction meetings as scheduled, and prepare and distribute meeting summaries. 9. Provide resident engineering management services to assure that the progress of the work, the caliber, scope, detail of construction, quantity and quality of materials and equipment, and the standard of workmanship conform to the intent of the architect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10. Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples, etc. and make recommendations to the Airport. 11. Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12, Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18. Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. SELECTION PROCESS: The City of Palm Springs/Palm Springs International Airport is utilizing a Qualifications Based Selection process complying with Advisory Circular 150/1500-14E to select up to three (3) firms for professional services covered by this solicitation. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firms. Consistent with federal, state and local laws for the acquisition of professional services, price is NOT an evaluation criteria. The City may select the firms from the qualification submittals only, or if deemed necessary, elect to invite a limited number of firms to make a formal presentation for final selection by the committee. If the presentation process is undertaken, the format and date of the presentation will be established and communicated to the selected short-listed firms at the appropriate time. NOTE: The City of Palm Springs Local Preference Ordinance 1756 is NOT applicable in this solicitation pursuant to Federal law as an Exception under the provisions of 7.09.03 (6) of the Municipal Code. 8 Exhibit "A" Preparation of submittals in reply to this SOQ, and participation in any future presentation, is at the sole expense of the firms responding to this SOQ. Upon selection of the most qualified firms, base contracts shall be executed predicated on the negotiation of an hourly professional services fee schedule for all of the firm's professional disciplines taking into consideration the anticipated project scopes within the five (5) year contract term. This fee schedule, which will be negotiated after the qualification based selection is fully complete, will be then used in all assigned projects in the development of project fees in accordance with the process dictated by FAA AC 150/1500-14E on all federally funded and non-federally funded projects. Pursuant to the requirements of this FAA AC, although projects will be assigned to the firms at the time City Council approves the professional services contracts, each and every project fee will be negotiated at the time the project's timing materializes. An independent fee estimate will be performed for each of these project scope negotiations of over the FAA limit of$100,000. If a fee cannot be agreed upon between the City and the firm for a specific future project, then the City retains the right to terminate the negotiations and conduct its own separate professional services solicitation for that specific project. DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL: Pursuant to Section 2.8.2 11 of the Advisory Circular, firms shall provide in their submittals in response to this SOQ evidence that they either meet the DBE goal, or that an adequate good faith effort was made to meet the DBE goal. The overall all DBE goal for PSP is 6.3%. PRIOR CITY OR AIRPORT 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 submittal, information obtained from references, and presentations if requested. All submittals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. MINIMUM REQUIREMENTS: To be considered a qualified submittal and be included in the final selection process, firms should possess at minimum the following credentials: 1. Possess a minimum of five (5) consecutive years of experience in the field of airport engineering, planning, environmental, architecture and construction management disciplines. 2. Have a satisfactory record of performance for projects similar to those described herein in concept and function. 3. Have the professional and management expertise and the available resources to perform airport consulting services as described herein. 4. Meet all requirements outlined in this Request for Statements of Qualifications. 5. Have at least one full-time staffed corporate office within 200 miles from Palm Springs International Airport, pursuant to guidelines approved by the FAA. EVALUATION CRITERIA: Submittals will be evaluated for specificity, completeness, qualifications of personnel, demonstrated knowledge and experience in the aviation consulting services required by the Airport and adherence to the guidelines as specified in the "Information Required of Respondents and Format of Response' section below. 9 Exhibit "A" 1. Firm's work experience with airport construction, planning, environmental work, and architectural projects at an FAA Part 139 commercial service airport, including meeting DBE goal requirements and/or good faith efforts. (40 POINTS); 2. Experience and qualifications of the key personnel that will serve as project lead and liaison with the airport (20 POINTS); 3. Caliber of the sample Work plan provided (10 POINTS); 4. Responsiveness/adherence to the solicitation (5 POINTS); 5. References: Submitting firms are required to provide a minimum of three (3) references for which firm has had an agreement for similar types of services. (15 POINTS). 6. The geographic proximity of the consultant's office that contains the primary PSP Airport project lead, and the size of that office in terms of other staff support. (10 POINTS) DEADLINE FOR SUBMISSION OF QUALIFICATIONS: Submittals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY, MAY 23, 2017. 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 SOO to see that any submittal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the submittal due date and time. Late submittals will be returned to the firm unopened. Submittals shall be clearly marked and identified and must be submitted to: City of Palm Springs Division of Procurement and Contracting 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 (including all Airport employees), commission member, committee member, council member, or other agency employee or associate for any purpose related to this SOO other than as directed below. Contact with anyone other than as directed below WILL be cause for REJECTION of a submittal. An questions, technical or otherwise, pertaining to this SOO 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.GladdersCa2palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the SOO. The deadline for all questions is 3:00 P.M., Local Time, Tuesday, May 16, 2017. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via 10 Exhibit "A" the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. INFORMATION REQUIRED OF RESPONDENTS AND FORMAT OF RESPONSE: The submittals must be in an 8 '/2 X 11 format (no other size paper allowed), minimum 10pt font size, minimum %" margins, and may be no more than a total of twenty five (25) sheets of paper, which may be double-sided, including cover letters, table of contents, organization charts, staff resumes, appendices, and any exceptions to the language in the sample agreement, or to the insurance requirements. NOTE: Dividers, Attachments "A", DBE Good Faith Effort documentation, and Addenda acknowledgments do NOT count toward the limit (everything else does). Interested firms shall submit SIX (6) copies (one marked "Original", plus five (5) copies) and one (1) Thumb Drive or CD of the entire submittal, by the deadline. Attachment "A" is to be executed by only the lead firm (not any sub-consultants that may be part of the team. Firms may not submit an "Appendix" to their submittal in an effort to provide more documentation or information greater than the 25 sheets of paper (double-sided) as stated above. The sample agreement, Attachment "B" is not to be returned or executed with your submittal. Only the successful firm(s)will execute an agreement after award at a future date. All submittals shall be sealed within one envelope and be clearly marked, "SOQ 06-17, STATEMENT OF QUALIFICATIONS FOR ON-CALL AVIATION CONSULTING SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT". Respondents are requested to format their SOQs so that the information provided corresponds directly to, and are identified with, the numbering scheme identified below. At a minimum, Respondents must provide the information identified below: A. Transmittal letter: Should include an introduction of the submittal, a general overview of the firm's qualifications and a summary of the reasons why the City should select the responding firm. Include your list of references (minimum of 3) with contact names and current phone numbers. B. Firm: Firm name, complete address and zip code, primary contact, telephone and fax number, email address and type of ownership (sole proprietor, partnership, corporation, joint venture, etc.), history and structure of firm (include organizational charts). YOU MUST FULLY EXECUTE ATTACHMENT "A" PROVIDED HEREIN AND INCLUDE IT WITH THIS SECTION OF YOUR SUBMITTAL. B.1 After carefully reviewing the City's Standard Professional Contract Services Agreement— provided hereto as Attachment "B", identify any terms and conditions that your firm, if selected, would request to have modified. Describe the basis for any such requests and provide the language your firm would request to use in lieu of the City's standard language. B.2 After carefully reviewing the insurance policies carried by your firm, identify any difficulties your firm would encounter in meeting the City's insurance requirements (including Professional Errors and Omissions insurance) as fully set forth in the Standard Contract Services Agreement—Attachment"B" hereto. It Exhibit "A" B.3 In this section provide your documentation as evidence that your firm either meets the DBE goal, or that an adequate good faith effort was made to meet the DBE goal. The overall all DBE goal for PSP is 6.3%. The Good Faith Effort documentation does not count toward the page limit and may be submitted as an Appendix. C. Key Personnel: Provide the name and biography of each member of the proposed project management team that will be directly responsible for and serve as the primary point of contact to the staff at Palm Springs International Airport. CA List Architectural Design services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a manner that exempts it from participating at a PSP Airport project because of geography or corporate structure. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. *Note that Landscape Architect services are not specifically called for in the core disciplines, however, should a federally funded AIP project include landscape design services as part of the overall scope of work the City reserves the right to request the lead consultant to provide these services under their contract via a sub-consultant; C.2 List Engineering Design services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. *Note that qualified firms must be experienced with the FAA SMS Order 80000.36B, effective March 18, 2016. The PSP Safety Management System (SMS) introduces an evolutionary process in system safety and safety management. SMS is a structured process that obligates contractors to manage safety with the same level of priority that other core business processes are managed. The project design firm will be responsible to coordinate and manage the SMS for specific FAA approved projects as required and relevant to each specific construction plan. The PSP SMS plan is composed of four functional components: • Safety Policy • Safety Risk Management • Safety Assurance • Safety Promotion C.3 List Construction Management services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number; CA List Airport planning services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Airport project. Identify specifically the nearest corporate 12 Exhibit "A" office to the Palm Springs International Airport and identify the number and type of staff working at that office. C.5 List Environmental services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Airport Project. Note' PSP projects that were included in the November 2015 Master Plan Update have received Categorical Exclusion approval. These projects will be the prime focus for design, development and construction projects over the next three to five years. Qualified firms must be knowledgeable and proficient in managing projects according to California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA), along with FAA Order 1050.1 F. Future projects not included in the 2015 Master Plan will be evaluated on a case by case basis regarding environmental requirements C.6 Identify other Airport specialty consulting services in which the firm has expertise that may pertain to projects identified in the Airport's ACIP. D. Other related qualifications: D.1 Provide a narrative that demonstrates knowledge of and experience with Federal Aviation Administration regulations, policies, procedures, funding programs (including AIP grant requirements) and specification requirements; D.2 Provide no more than two (2) examples of specific airport projects that demonstrate the firm's ability to remain within the client's budget. Examples of airport projects conducted in Southern California are not mandatory, but are preferred; D.3 Describe the firm's past experience and success with D.B.E. participation in contracts. DA Identify any project management tools the firm has used previously and intends to also use on PSP Airport projects. D.5 Identify one (1) of the firm's previous contracts of similar size and scope and provide a brief narrative highlighting the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative and problem solving ability; (c) Knowledge and understanding of the latest trends and systems used by other airports, (d) Analytic and diagnostic capability; (e) Oral and written communication skills, (f) Interaction with client's organization, i.e., other divisions and personnel (g) Project funding. E. Work Plan Detailed Outline: Using the Airport's targeted 2019 ACIP project "Design Terminal Capacity Baggage System" " as per the proposed Airport Capital Improvement Plan (ACIP), provide details as outlined below. This project will encompass expansion of the existing baggage claim area with the removal of the existing rental car reservation counters. This is expected to enhance capacity, improve passenger flow and create upgraded systems for the 13 Exhibit "A" airlines to expedite bag delivery. For purposes of staff and resource assignment and availability, assume that this design project will commence in the spring of 2019, and the construction phase will begin in May 2020. Remember that about 70 percent of PSP Airport's passenger traffic occurs between December and May. EA Identify key personnel and other resources to be utilized and indicate their availability for this project; E.2 Describe your firm's proposed work plan/methodology for architectural/engineering design or planning services (identify action items, timeliness, necessary Airport resources and information); E.3 Describe how your firm would manage this project from start to finish, including the use of project management tools; EA Identify any critical path items associated with this project and how you would work with Airport personnel to avoid/resolve them, E.5 Provide references for one (1) recently completed project of a similar nature. Identify the owner's representative (contact) and a current phone number for the reference provided. E.6 For the referenced project, provide examples of project budgeting and cost estimating procedures with results; FORM OF AGREEMENT: The selected firm will be required to enter into a base contractual agreement, inclusive of insurance requirements, outlining the professional services hourly fee schedule for all possible disciplines over the next five (5) years with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment "B"). Please note that Exhibits A, B, C, D and E are intentionally left blank in the attached document and will be completed by the City after other documents are received from the qualifications based selected firm and the Schedule of Fees has been negotiated and accepted by the City. If the City is unsuccessful in negotiating and accepting a fee schedule, it reserves the right to conduct a new procurement process, as provided for by the FAA AC requirements noted above under "Selection Process". Failure or refusal to enter into an Agreement 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 discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. 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 submittal in response to this SOQ. Firms that submit a submittal in response to this SOQ shall certify the following: 14 Exhibit "A" Non-Discrimination and Equal Benefits Certification: a) Consultant certifies and represents that, during the performance of the Agreement, the Consultant and any other parties with whom it may contract shall adhere to the City's non-discrimination and equal benefits as provided pursuant to Ordinance No. 1896 in the Palm Springs Municipal Code Section 7.09.040 to assure that applicants and employees are treated equally and are not discriminated against because of their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. Consultant further certifies that it will not maintain any segregated facilities. b) Consultant shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of this Agreement state that it is an "equal opportunity employer" or that all qualified applicants will receive consideration for employment without regard to their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. c) Consultant shall certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. d) If requested to do so by the Contract Officer, Consultant shall provide the City with access to copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. e) Consultant agrees to recruit Coachella Valley residents initially and to give them preference, if all other factors are equal, for any new positions which result from the performance of this Agreement and which are performed within the city. The Contract Officer may agree to modify requirement where it is in conflict with federal or state laws or regulations. f) Nothing contained in this Agreement shall be construed in any manner so as to require or permit any act which is prohibited by law. AWARD OF CONTRACT: It is the City's intent to award contracts to the firms that can provide some or all of the services identified in the SOQ document. However, the City reserves the right to award 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 contracts will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final qualifications based selection of the firms to be recommended for award and a contract has been negotiated and agendized for consideration by the governing body. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT SUBMITTALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a submittal and to accept or reject, in whole or in 15 Exhibit "A" part, any or all submittals and to cancel all or part of this SOQ and seek new submittals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the SOQ. The successful firm will be required to comply with these provisions, inclusive of Professional Errors and Omissions insurance. It is recommended that firms have their insurance provider review the insurance provisions BEFORE they submit their qualifications. RESPONSIBILITY OF RESPONDENT: All firms responding to this SOQ shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an SOQ without an authorized signature, falsified any information in the qualifications package, etc.), the submittal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public 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 submittal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the submittal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this SOQ process. NOTE THAT THE CITY MAY NOT RECOGNIZE SUBMITTALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH SUBMITTALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO SUBMITTAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this SOQ in the preparation of their submittal or participation in any presentation if requested, or any other aspects of the entire SOO process. 16 Exhibit "A" BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this SOO to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any submittal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. SUBMITTALS TO REMAIN OPEN: The Respondent shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. SIGNED SUBMITTAL AND EXCEPTIONS: Submission of a signed submittal will be interpreted to mean that the firm responding to this SOO has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Statements of Qualifications, and any attached sample agreement. Exceptions to any of the language in either the SOO documents or attached sample agreement, including the insurance requirements, must be included in the submittal and clearly defined. Exceptions to the City's SOO document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process, however, the City makes no guarantee that any exceptions will be approved. 17 EXHIBIT "B" CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE. Exhibit B - RS&H Statement of Qualifications TABLE OF CONTENTS A. TRANSMITTAL LETTER.....................................................................................................2 B. FIRM............................................................................................................................................4 C. KEY PERSONNEL.............................................................................................................11 D. OTHER RELATED QUALIFICATIONS.......................................................................29 E. WORK PLAN OUTLINE ..................................................................................................35 STATEMENT OF QUALIFICATIONS NO.O6 17[C'J Co a%/F IJIJ JG F 'JI:RUH 35 F'OR PA_M SPgINGS NTEPVAT ON4L ARPC,RT Exhibit B - RS&H Statement of Qualifications RSA 9841 AIIPoit RI'd Sul[e 1030 0 110 fig?-?Osn L OS Arg'd" rA 90045 F Pno-164-4358 rsondh.com May 23, 2017 Craig L. Gladders, C.P.M. Procurement and Contracting Manager City of Palm Springs Division of Procurement and Contracting 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 RE: On-Call Aviation Consulting Services,Palm Springs International Airport Dear Mr. Gladders and Members of the Selection Committee, This letter reintroduces RS&H to you. You may know RS&H from our work with Palm Springs International Airport (PSP or Airport)five years ago. Since then, RS&H has grown in California and we are in an even better position to help the Airport achieve its goals. Our Los Angeles office,with 12 assigned staff, is now one of the leading airfields engineering offices in Southern California with 7 engineers who focus solely on airports.The Los Angeles office will lead our services at PSP. Our San Francisco office,growing at 7 staff, is a center for excellence in aviation architecture and home to one of RS&H's growing airport architectural studios. It is also a center for excellence in aviation environmental consulting with multiple experts in the preparation of CEQA and NEPA documents.The San Francisco office will closely support the Los Angeles office. Construction Management services will be provided on-site at the Airport,with buildings support conducted by one of our most seasoned architects, Mr. Jeff Reddy, who has a home in Palm Springs, Mr. Reddy will serve PSP from that location. These two California offices will draw on the capabilities of RS&H's national Aviation Practice, as needed. RS&H's aviation practice has no geographic or structural/economic barriers to serving PSP's needs. Mr. Dennis Iskra, our proposed On-Call Aviation Consulting Project Manager, and our five design/services Project Managers,will be able to call on the most appropriate aviation specialist within RS&H's 182 Aviation Practice staff. The significant benefit to PSP of this staffing arrangement is a blend of local service with powerful national expertise and depth of staff. RS&H is the leading aviation consulting firm with significant experience providing on-call aviation consulting services at airports.We currently provide on-call services to 129 airports. Our depth of experience at FAR Part 139 commercial service airports is unmatched, and our Southern California experience includes work at five of the six major FAR Part 139 commercial service airports in the greater Los Angeles area. Our proposed PSP leadership group is highly experienced and works together on a regular basis, often in an on-call aviation consulting service environment.To give PSP an extremely strong team on each assignment,we propose an On-Call Aviation Consulting Service Project Manager who will be responsible for the overall coordination of services for PSP.This Project Manager will be supported in each technical discipline by Task Managers working within their area of specialization.Our line-up includes: RwS/j STATEMENT OF QUALIIFICATIONS NO.06-171 4e IF 1 ;)lit I< - =c q 2 Exhibit B - RS&H Statement of Qualifications Dennis Iskra, NCARB,LEED Al On-Call Aviation Consulting Services Project Manager. 21 years of experience, has led dozens of complex multi-discipline assignments. » Michael Spitzer,Architectural Design Services Task Manager. 31 years of experience, expert in terminal renovation. Steve Stroh,PE,Engineering Design Services Task Manager. 25 years of experience, leading Southern California airfield civil engineer. Dave Elliott, LEED AP BD+C,Civil Construction Management Task Manager.30 years of experience, extensive civil background. » Jeff Reddy, LEED AP,Buildings Construction Management Task Manager.45 years of experience, Palm Springs home owner. » Delia Chi, Planning Task Manager. 11 years of experience, lead role in preparing PSP existing Master Plan and ALP. » Bill Willkie, Environmental Task Manager.35 years of experience, Airport NEPA/CEQA expert. RS&H knows that on-call aviation consulting services assignments require the support of specialty firms in addition to the core services provided by the prime firm.We include the following firms to round out our team,and to assure PSP that we will meet or exceed the overall DBE goal requirement of 6.3%. S&K Engineers, Inc. is one of the area's finest mechanical, electrical, plumbing engineering firms and a frequent RS&H team member CONNICO Inc.,a DBE firm,will provide scheduling and cost estimating support, and is a frequent RS&H team member. Coachella Valley Engineers,Inc. has strong experience at PSP, and will provide the team with survey and land- side engineering support. u SCST,Inc. is a well-established DVBE geotechnical and test firm with offices in Palm Springs and PSP experience. u LSA is a frequent RS&H team member and will provide environmental specialty services from their Palm Springs office. HMMH, a DBE firm,will provide noise modeling as needed, and is a frequent RS&H team member. International Parking Design, Inc. is a leading parking structure design firm with extensive airport experience, and is a frequent RS&H team member. u BNP is a leading bag system designer and is a frequent RS&H team member. u Jacobsen Daniels, a planning firm, has valuable experience in CONRAC design and airport planning.The firm is a frequent RS&H team member. As requested,the following references are familiar with RS&H and our proposed team: 1. Mr. Dan Feger,PE, Director of Development Services, Hollywood Burbank Airport: 818-729-2250, dfeger@bur. org(Relationship: See relevant project list in Section D.5) 2. Mr. Bob Molle, Director of Planning and Development, Jacksonville Aviation Authority: 904-741-2015, bob. molle@flyjacksonville.com (Relationship: See relevant project list in Section E.5) 3. Mr. Kevin Bumen,CAE, Director of Airports, San Luis Obispo County Regional Airport: 805-781-5955, kbumen@co.slo.ca.us(Relationship: On-Call Aviation General Consultant) When reviewing our Statement of Qualifications and after contacting our references, we trust you will come to the strong conclusion that the RS&H team has the experience, personnel, approach to projects, responsiveness, references, and geographic proximity to be your on-call aviation consulting services consultant. Sincerely, Joseph P. Jackson President, RS&H California 3 STATEMENT OF QUALIFICATIONS NO.06-17 1 /� I) J F P9 tiP 1__ PI -F! IA�I� JAI AIFFVRT K��I��/��/ Exhibit B - RS&H Statement of Qualifications B, F/RM Firm name: RS&H California, Inc. (RS&H, Inc.) RS&H's L.A. Office. Complete address and zip code: 9841 Airport Blvd. Suite 1030 Los Angeles, 125 miles les away from CA90045 PSP, has an assigned Primary contact: Joe Jackson, President staff of 12 Aviation Telephone and fax number: Ph) 310-692-2050, Fax)800-464-4358 professionals. Email address: Joe.JacksonCrsandh.com Type of ownership: Corporation History and structure of firm (including organizational charts): RS&H provides fully integrated architecture, engineering, and consulting services to help clients realize their most complex facility and infrastructure projects for land,air, and space. We are ranked among the nation's top 100 design firms and have worked RS&H Is a Pull- in over 50 countries across the globe, delivering time-tested insights to clients in service national Aviation, Aerospace, Corporate, Defense, Health & Science, and Transportation. firm speclall7ing In As an employee-owned firm, our people are our greatest asset. Our On-call Consulting 186-member Aviation Practice is an important part of RS&H's more than 1,000-member overall consulting staff. assignments. RS&H's worldwide reputation as a leading aviation consultant reflects our dedication to designing the best solutions for our clients. For 75 years, RS&H has successfully met all challenges regardless of the size, location,or nature of a project,from incorporating the unique character of a community into the design of a terminal, to satisfying the engineering and environmental requirements for a runway improvement,to addressing the future through detailed planning and visioning. The vast majority Of As an industry-leading on-call aviation consultant,we continue to innovate,serving our client airports airports,concessionaires,governmental agencies, and private entities in the are FAR Part 139 following service areas: faci Iddes. Architectural Design—Terminals, RAC QTA facilities, hangars, cargo facilities, administration buildings,and energy services Engineering Design—Runways,taxiways, aprons, roadways, parking lots,and drainage v Project and Construction Management—Construction phase services for all RS&H IS ranked as the project types 8th Largest Aviation » Airport Planning— Master Plans, financial analysis, safety management systems,ACIP formulation, and FAA grant procurement Consultant in the » Environmental—Environmental studies, noise and land-use studies, and nation by Engineering permitting News-Record (ENR) We are very much aware of the variety of services PSP requires as part of its Magazine. On-Call Aviation Consulting Services Request for Qualifications. As summarized in the following chart, RS&H is particularly well experienced in all of the required services. Our organizational structure combined with our staff experience and expertise align us with PSP's requested services. R/��/) STATEMENT OF QUALIFICATIONS NO.06171 4vIG �( �NVE LF>JICL� 4 JYJ��/ I :�3 PA_M tiF.Iii iN I FRNAiIONP.I AIRPORT Exhibit B - RS&H Statement of Qualifications Avi,ition On-Call Experience 129 Current On 500 Call Airports RS&H Airport RS&H Architectural 533 RS&HEn ineerinq 901 RS&H Airport 585 Environmental in All 661 Design Projects in All Design Projects PlanningProjects inAl Projects in -' u= 23 28 .® 72 94 New Terminal and/or New Runways Airport Master NEPA Buildings Extensions � Plans Investigations 0 69 11170 ® 92 34 Terminal Runway ALPIeALP CEOA Expansions RehabilitN a/ Updates Documents and Rem11odels Reconstructions 0 71 Q� andRZ Fare es 180 Feasibility p0 g 9 Taxiways/Aprons Stutlies/AiNeld/ Environmental and RAC Facil,lies Airspace,Lantlsitle • ��• 10Plans/Land Assessments 84 em (� Acquisitiioon Services Secudry 191 C 256 61 20 Access Con[ral'Data NAVAIDS, Part 150 Communication Lighting,Signage, Financial) Infrastructure and Marking Economical Noise Studies MUFIDS Analyses ® 33 57 40 ® 54 Energy and Perimeter Security, Active clients for Endangered diete Systems Fencing,Access ACIP/PFC1 SWpeclee Slusard Management �w.i Control AIP Grants Assessmlife ents sd 101 37 0 17 ® 52 Other Buildings Entrance and Safety Man.ggement (ARFF.ATGT, Perimeter Systems(SMS) Wetland Studies Hangars.Fly etc.) 40Roadways RS&H Construction Phase Services 1,4171 (CA/CM/RPR) mAll The quality and effectiveness of RS&H's aviation consulting services make us the first choice for FAR Part 139 Airport sponsors throughout the United States. Our reputation as a leading full-service aviation consultant has secured long-term on-call assignments for RS&H at 129 airports, and 169 total active clients at airports,as represented on the map below.The vast majority of the clients operate FAR Part 139 airports. RS&H has 129 16s .� Airports 4- current on-call } � airports, making us a leading aviation on- Consultant Airports + 4- call consultant. ��7 4- 5 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSVP ■ Exhibit B - RS&H Statement of Qualifications RS&H Company Organization: Leerie T.Jenkins, Jr., RLAJASLA Dave Sweeney, PE John J. Bottaro, AIA, Lisa Robert, PE NCARB E Holt Graves, CPA John Hallisey Don Andrews Jim Hullett,Jr. Steve Moore, PE 7 Doug Geiger, PE Andy Wheeler,AICF' Chad Critcher, PE,CFM, LEED AP B.1 CITY'S STANDARD PROFESSIONAL CONTRACT SERVICES AGREEMENT RS&H requests the following changes to the City of Palm Springs standard Contract. -- MODIFICATIONS PROPOSED Recitals,Section Strikethrough •.. is qualified and exper:t in all respects to provide the required and desired D(P.19) to conform to Aviation Consulting Services... industry practice Agreement, Strikethrough As a material inducement to the City entering into this Agreement, 1.1 Scope of to conform to Consultant represents-gin that Consultant is a provider of first Services industry practice class work and professional services Agreement, Term change ...Consultant covenants that it shall follow the higher#industry's 1.1 Scope of to conform to professional standards in performing the Work and Services required in this Services industry practice Agreement. Agreement, 1.3 Strikethrough The Consultant shall ensure amd teaiecamt that all Services rendered shall Compliance with to conform to be performed in accordance with all applicable federal,state,and local Law industry practice laws,statutes, ordinances lawful orders,rules,and regulation RS&H FOR PALMNSPRINGS nINTERNAT INTERNATIONAL AIRPORTON-CALL AVIATION CONSU_TING SERVICES 6 Exhibit B - RS&H Statement of Qualifications SECTION TYPE OF CHANGE MODIFICATIONS PROPOSED go Consultant represents a a Y�arrsrrts to City that it has obtained all Agreement, licenses, permits,qualifications,and approvals of whatever nature that 1.4 Licenses, Strikethroughs are legally required to practice its profession and perform the Work and Permits, to conform to Services required by this Agreement.Consultant represents a a warrants Fees,and industry practice to City that Consultant shall,at its sole cost and expense,keep in effect Assessments at all times during the term of this Agreement,any license, permit, qualification, or approval that is legally required... Agreement, Strikethrough Consultant shall indemnify, defend,and hold harmless City against any 1.4 Licenses, and term change such fees,assessments,taxes penalties, or interest levied, assessed, or Permits, Fees, to conform to imposed against City related to the scope of services to the fullest extent and Assessments industry practice permitted by law. Agreement, 1.5 Term change •••Consultant warrants represents that Consultant(a)will thoroughly Familiarity with to conform a investigate and consider the Scope of Services to be performed,(b)will Work industry practice carefully consider how the Services should be performed,and(c)fully understands the facilities,difficulties,and restrictions... Agreement, 1.5 Term change If the Services involve work upon any site,Consultant warrants represents Familiarity with to conform to that Consultant has or will investigate the site and is or will be fully Work industry practice acquainted with the conditions there existing... Agreement, 1.7 Term change ...in accordance with the industry h g __t amd be5 standards of Performance to conform to professional skill;and(iii) in accordance with all applicable federal,state, Standard industry practice and local laws,statutes,ordinances lawful orders, rules,and regulations The Consultant expressly represents warrants all plans,drawings, Agreement, 1.9 Term changes specifications,and other design documents furnished for the Project will Accuracy of Plan to conform to be fully sufficient,complete,and accurate in all respects and warrants industry practice represents that such plans,drawings,and specifications will fulfill and be fit in all respects for the purpose for which they are intended by the City. Agreement, 1.10 Strikethrough ...obligation of the Consultant to provide accurate and complete plans, to conform to drawings,and specifications in accordance with the highestbest City Acceptance industry practice professional skill,consistent with its obligations pursuant to this Agreement. ...Consultant shall indemnify,defemd(at,-___._l.__.,_sale east__d _.._____, Indemnification, Strikethroughs protect and hold harmless City and its elected officials,officers, employees, 6.1 Indemnifica- and term change agents and volunteers and all other public agencies whose approval of the tion and Reim- to conform to project is required,(individually"Indemnified Party";collectively"Indemnified bursement,A industry practice Parties")against any and aN liabilities,claims,judgments,arbitration awards, settlements,costs,demands,orders and penalties... Indemnification, Strikethroughs ,,,which Claims arise out of,-perta n f , r are related to the negligence, 6.1 Indemnifica- and term change recklessness or willful misconduct of Consultant,its authorized agents, tion and Reim- to conform to bursement,A industry practice employees,or subcontractors... ...Sub-Contractor shall , Indemnification, Strikethroughs indemnify,protect,and hold harmless City,its elected officials,officers, 6.1 Indemnifica- and term change employees,agents,and volunteers(collectively the"Indemnified Parties"), tion and Reim- to conform to from and against any and all liabilities,actions,suits,claims,demands,losses, bursement, C industry practice costs,judgments,arb trat an awaFds,settlements,damages,demands, orders,penalties,and expenses including reasonable legal costs and attorney fees(collectively"Claims".., 7 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSUL71NG SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT AISM Exhibit B - RS&H Statement of Qualifications B.2 INSURANCE REQUIREMENTS RS&H maintains professional liability insurance evidenced by the certificate presented below.RS&H foresees no difficulties in meeting the City's insurance requirements as fully set forth in the Standard Contract Services Agreement. �orsd CERTIFICATE OF LIABILITY INSURANCEI 29 20 6 THIS CERTIFICATE IS IMUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATNELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING IHSURER(S),AUTIOR&I REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT Nth.cfft ote M opl°dIelcryW,caenr lAaDlnD ITIONAL INSURED,t Baylles)mu stA t eoxaxdm—ent d°.n It(MSlaU BceRrtONGluATbIO dNuISs WnxA IVcoEnDk,ar urlb9fM1xlnl troA 0mnaB°n{°!ue°emmx Poldesmayrequireanand.emenl cMIR<Me . IRA xn+e _I dPeH® Harden aril Anwaaxe .Dd35N-3]R5 i x.. 50'Rwslde Avenue,BGBe 100D - Jarkeon0le FL 3M2 =,ter�hanNYONcht Corn unuH sAFFg WVLnAOe IMCE x L A ° REYN41 mva IB BpemDib COmpmy___-__— a: RS&H Inc. wlaac: La P[91xm/L>Mue1N Cq 10748 _ 10]a8 Daenrogd PaM BIM 6 wueMD JadxarMlle FL 32356 IWIMBRB:Lleytls Pf LOnden COVERAGES CERTIFICATE NUMBER:6,,,,9W REVI910NNUMBER: THIS IS TO CERTIFY TNT DIE POLICICS OF INSURANCE LISTED BELOW HAVE BEEN IBSU THE INSURED NIMEO ABOVE FOfl CY PERIOD INDICATED. NOTMTNSTANDING ANY REOIIIRFMFNT,TERM OR COxripN OF ANY WMRACT OR OOHFA DOCDLIEHT MATH REAPECT TD WN11"ThE CERTIFICATE WAY BE K Un CN MAY PERTAW,THE IOSIRANCE AFFONDE➢BY THE PCIICIES OESCAMED MERRY IS GUBECT TO ALL THE TEMM$ ECCLUSIOHS AND COMMONS OF SUCH MUCIE.LIMITS SIIOWNrMY INVE OLLN NLUUCLU BY PAID GW MS. rnemwamy,Q ea¢TM. a[uYYlas sO.cvm Wx WWrY Ix111MON .11 e13YM11 FItlIO21. {I SMl cxMMMuxmaMuuam _ It om M,xMy/lE❑CWP IMEOExe 110.000 n DBD Ask. GEL/OW I.TNX1 . PMM1C3�[dARPAMr {1 8 LMsm N HOxNW1 aAYlle YMIIF MM a 0.'OLT HAMMMMN 1 /.LLCMNEB NLY.Insm { IXMEMOB. ° L pd M/BBAII W° C % m,MH CWTIINT. E/ffiAx .11 Hp1pYyAPOq MOBS. FY[FIL UAM AOJMMTB 1 . wM " nflemulla nNW� { C _BNxsws­._. RVWI9RAla+e tAlVlOx t'LI/AO x D PxycnuBvxBxT +2nrm1{ +2N/dl1T Nd1n�MpMeEI"OP.9:MTA:LVLCNIUEQ MIA FItlIICtaM {1 xB II G' F1 G6FA96.G {1 ABS 11t8/Fv. ,rNJ NMR, A]VtW ELLH.V9E.WILYIYI t E gyeriiny LyMp M MRS eJBFAx .11 s,. MLAx,OW E xTCaMe�L Pdu4tb MIxBxT YWAx BOYAt> A= WWN ryLe lYb:InNi R•eepW R tt°.010 MNTcl&uSe isT 0 day NMMpt MNAaaaxMawMIHBM•Mf rnne•T M,•MYM •Guxllaclm clause Se 90 days exwpc [oi nm-payMant of preeluH, MMCA is Io days. Cbrfer OaR Pi.. ]Me Co, Traveler° In Psnity Ca, Twve1MZM P+operty/Ceeusl Cy Co. PMwnia IneOCanw (b: A.M MY° "ti J: Aa AxV G.,.itere at Lloytle Of Londm : A.M Beat Rating: A W CERTIFICATE HOLDEN CANCELLATION SHE"LY AMYOP TMa AMOWE MOM MEOPOLCRU BE CANCELLED BEFORE For PFC .1 Pur ores IDON SAW THIM OP, HDOGE WILL BE DELNERED IN.TM6ORn.AMCE WITH THE POLICY PRONBI°NS. umoRMNwPOB.,An 0199M2010 ACORD CORPOMTN)N.All HMA1a marred. ACORD 25(2010105) TMa ACORD wale and JW r ghtlaPHO mar9{NACORO 13.3 MEETING THE DBE GOAL RS&H will meet the DBE goal of 6.3%.As projects are assigned under the On-Call Services TILE fi contract, RS&H will draw upon its established II Noise Consulting DBE teammates,or secure additional DBE teammates in order to meet or exceed the Cost Estimating and DBE goal. For more information about our prior Connico Scheduling commitments to DBE goals, please see section D,Other Related Qualifications. For proof of SCST Geotechnical certifications,see the following pages. STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICESRUH g FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications HMMH, DBE (pulled from the CA UCP website): Firm ID 42976 Firm/DBA Name HARRIS MILLER MILLER&HANSON INC Address Unel 77 SOUTH BEDFORD STREET Address Une2 City BUIWNGTON State MA Zip Codel 01803 Zip Cod.2 Mailing Address Unel Mailing Address Une2 Mailing City Mailing State Mailing Zip Codel Mailing Zip Code2 Certification Type DBE EMall meagen@hmmh.wm;c xmlakllhmmh.com Canted Name MARY ELLEN EAGAN Area Code (781) Phone Number 229-0707 Exte awn AKA...Code () AR Phone Number Extension Fax Area Code ( ) Fax Phone Number Agency Name DEPARTMENT OF TRANSPORTATION Counties 01;07,10,15;19;21;27:33;34:36:37;38;39,41;43:48;51;57,58, Districts 03;D4;0.5;06;07;08;10,11; DBE NAILS 541611;541614;541690; ACDBE NAICS Work Codes C8930 Energy Studies;C870D CONSULTANT,NON ENGINEERING; U. .. Truck. Gender F Ethnicity CAUCASIAN Firm Type DBE CONNICO, DBE (pulled from the CA UCP website): Firm ID 39922 Firrn/DBA Name CONNICO INCORPORATED Address Usual 2594 N.MOUNT IUUET ROAD Address Une2 City MOUNTIULIET state TN Lp Codel 37122 Lp Code2 Mailing Address Un rl Mailing Address Une2 Mailing City Mailing state Mailing Zip Codel Mailing Zip Code2 C.rMflntion Type DBE Email dbe@wnnico.wm Contact Name CONNIE S.GOWDER Area Code (615) Phan.Number 758-7474 Extension AN Are.Code ( ) AN Phone Number Extension Fax Arca Code (615) Fax Piton.Number 758-7477 Agent,Name CITY OF FRESNO Counties CID; Distrids 00; DBE NAILS 236220;237310;541330;541990; ACDBE NAICS C8771 Construction Management-Commercial and Institutional Building Construction:C8772 Construction Management- Work Codes ImUtutionsl Building Construction;C8776 Contrucdon Management-Other Heavy and CMI Consbution;CBBDO Construction Estimating and Casting;C8801 Co rstructon Project and Document Control;CB802 Construction Scheduling; 13wns.s Trucks Gender F Ethnicity CAUCASIAN Flmn Tvlse DBE 9 STATEMENT OF OUALIFI C ATIONS NO.06-17 i ON-C A'_L AVIATION CONSULTING SERVICES w/a► /J FOR PALM SPRINGS INTERNATIONAL AIRPORT KJ�r�1f1�� Exhibit B - RS&H Statement of Qualifications SCST,DVBE (from the CA Dept.of General Services): Supplier Profile i3 r2 s e94GOV State of California Certification GENERAL SERVICES Certification ID:49756 Legal Business Name Address SCST INC 6280 Riverdale Street San Diego Doing Business As(o BA)Namei: S CA 92120 CST INC Email'. Doing Business As(DBA)Name2: Ikatz@scst.com(mailto'.Ikatz®scsLrnm) Mo.Phone Number rate No.of Employees 619I280-1321 73 Business Types: Business Fax Number Service 61912804717 Business Web Address Nelifir26pn Preference Email wwwasst.com(wwwanst.com) Service Areas Alameda,Alpine.Amador,Butte.Calaveras,Colusa,Contra Costa,Del Norte,El Dorado,Fresno,Fresno Glenn,Humboldt Imperial,Imperial,Inyo,Kern, Kings,Lake,Lassen,Los Angeles,Los Angeles,Madera,Martin,Mariposa,Mendocino,Merced,Modoc,Mona,Monterey,Napa,Nevada,Orange,Orange Placer,Rumors,Riverside,Riverside,Sacramento,Sacramento,San Benito,San Bernardino,San Bernardino,San Diego,San Diego,San Francisco,San Francisco,San Joaquin,San Luis Obispo,San Mateo Santa Barbara,Santa Clara,Santa Cruz Shasta,Sierra,Siskiyou,Selano,Sonoma,Sumislaus,Sutter Tehama,Trinity,Tulare,Tuolumne,Ventura,Yale,Yuba View Keywords View Classifrations View DV5E Amend DVBE Apply as Small Business(SB) Active Certifications a certiscalian Type Application Data Status SUNS Date/nma From To cancel DVBE 12108W% Approved 12Q81166'.19PM 12,08Q016 12131WIS Certification History t eertPication Type Application Date Statu, Status DateTme Fr. To SB 07102Q013 Expired 12119M6 9:52AM U7118QO13 12W1 016 DVBE 1211W013 Expired 12M1115 141PM IW7Q013 12RSc016 SB 071e2orl3 Expired 12111115 1.N1PM 07118QO13 12131Q016 DVBE 12116R013 Expired 12116113 12 MAM 12272013 12131n016 SB 07A2W3 Expired 07N2)1312ABAM 07118Q013 12oV2016 (hdPWwww.dgs.ca.govl) (httP:Nwvnv.fscaLw.govQ ®201&2016 Cal eProcure Search(search.aspx)I Privacy Policy (hitpa/fiscal.ca.gc W Privacy_Policyhudex.html) R� STATEMENT OF QUALIFICATIONS NO.06 17I `J IF I1J1,1 ( 1 11 t 1 'IUc`_r 10 FOR PALM SP NGS IN—ERNATIONAL A'i:PTRT Exhibit B - RS&H Statement of Qualifications ATTACHMENT "A" *THIS FORM MUST BE COMPLETED AND SUBMITTED—see Section B.1 under "Firm"* STATEMENT OF QUALIFICATIONS (SOO) #06-17 On-Call Aviation Consulting Services for Palm Springs International Airport SIGNATURE AUTHORIZATION NAME OF COMPANY: RS&H California, Inc. BUSINESS ADDRESS: 9841 Airport Blvd., Suite 1030, Los Angeles, CA, 90045 TELEPHONE: 310-692-2050 CELL PHONE 630-300-8511 FAX 800-464-4358 CONTACTPERSON Joseph P.Jackson, President EMAIL ADDRESS joe.jackson@rsandh.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 Wind myself/this company in a contract should I be successful in my proposal. Joseph P. Jackson, President, RS&H California PRINTED ME ND TITLE /(nP� 117 5/17/17 'SIGNATURE AND DATE B. The following information relates to the legal consultant 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: California Please check below whichever applies: X Yes, our company certifies that it meets the Non-Discrimination and Equal Benefits requirements as provided herein. No, our company does not meet the Non-Discrimination and Equal Benefits requirements as provided herein. 2. My tax identification number is: 26-2434974 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOO is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s)# 1 &2 is/are hereby acknowledged. 18 Exhibit B - RS&H Statement of Qualifications C, KEY PERSONNEL THE RS&H TEAM The RS&H Team organizational chart is shown below,followed by personnel descriptions.RS&H has assembled an exceptionally well qualified team of architects,engineers, program and construction managers,planners, and environmental specialists immediately available to fulfill any project assignment given by the Palm Springs International Airport(PSP).The team members identified to provide the services will work under the overall direction of Dennis Iskra as On-Call Aviation Consulting Services Project Manager.Mr.Iskra has 21 years of aviation consulting experience and has coordinated multi-discipline teams on a variety of projects.As On-Call Aviation Consulting Services Project Manager,Mr.Iskra will be the day-to-day point of contact for the duration of the assignment with PSP,Supporting Mr. Iskra will be individual Task Managers,experts in their respective areas including: » Michael Spitzer,Architectural Design Task Manager Steve Stroh, Engineering Design Task Manager Our On-Call Consulting Services Jeff Reddy and Dave Elliot, Program&Construction Project Manager, supported by Management Task Managers technical discipline Task Managers, Delia Chi, Airport Planning Task Manager will give PSP the best combination of service and technical excellence. » Bill Willkie, Environmental Task Manager PALM SPRINGS INTERNATIONAL AIRPORT Joe Jackson Dennis Iskra, NCARB, LEED AP Jeff Warkoski, PE ' Architectural Design Engineering Design Program&Construction Mgmt Airport Planning Environmental Spitzer,ALA, Steve Stroh,PE Jeff Reddy,LEED AP Delia Chi Bill Willkie LEED AP Task Manager Dave Elliott,LEED AP. Task Manager Task Manager Task Manager Task Managers Dennis Iskra,NCARB,LEED AP Byron Chavez Pedro Barragan,EIT Rob Grotefend Nick Kozllk,LEED GA Jeff Reddy, LEED AP Phillip Leung,LEED AP Lon Rowe Gareth Hanley,AICP,CM Joey Gale,LEED GA Frank Grafton, Pedro Barragan,FIT Tammy Merrill Dave Full,AICP NCARB,ID Karolyn Saenz,ELT Scheduling Steve Domino,AAE Ed Melisky Rod Sepulveda Alex McKean,PE,LEED AP+ Lisa Heckendom- Pete Maiman,CM Julie Barrow Gene Grosz Greg Riley,PE Blake,PMP m Jacob Stoksy IT 9 Cost£stimating Darryl Natural and Kendall Barstad Megan Timmerman,ETF Dar I Daniels al it Cultural Resources Luis Villalobos David Rice,Jr..PLS,LS 131 Ian J.de Keyzer,FRICS(P) SMS Specialist Grant Wilson,AICP aI Structural -- Ken(bold,AICP,CNU-A Jodi Ross-Borrego(s) li Druce Joslin,PE,NCEES David Turner,PLS(3) FAA/AIP Specialist Noise MEP I Geofechnical Gene Reindel at Manojit Sinha,Ph.D.,PE m Anthony Wiant Jim Borsari Lester lung,PE In Emil Rudolph PE,GE I61 Parking Structures Shahin Azmoudeh,AIA m Baggage Handling Leaerd 5)LSA Calvin Tmdeau M RS&H,Inc. 6)HMMH RAC CONRAC 1)S&K Engineers,Inc. 7)International Parking Rick Griffin,LEED AP M 7)CONNICO Design,Inc Marcel Allen M 3)Coachella valley Engineers 8)BNP J.Carter Strothman to i 4)SCST,Inc. 9)Jambsen Daniels STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICESRSW 11 FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Dennis Iskra, NCARB, LEED AP I On-Call Aviation Consulting Services Mr. Iskra understands Project Manager Client's needs and Mr. Iskra will serve as our On-Call Aviation Services Project Manager.In this role, how to effectively Mr. Iskra will closely coordinate with PSP to understand the assignment, bring forward the best RS&H staff for the particular assignment, and assure the work oversee an on- is well coordinated and properly executed to PSP's satisfaction. Mr. Iskra will call consulting rely on the proposed Task Managers to provide the technical expertise needed assignment. His to successfully execute the projects and will act to coordinate the multiple assignments that may arise under the on-call services assignment. His focus will responsiveness will be client satisfaction and terminal excellence. be valuable to PSP Mr.Iskra has 21 years of experience in planning,designing, managing,and in his role as Project overseeing aviation architectural and infrastructure projects.He has served as Manager. Project Manager,Project Architect,Airport Staff Extension,Resident Project Manager,and Project Designer on a multitude of aviation projects comprising the full range of aviation building types throughout North,South,Central America and Dennis Iskra the Caribbean. He successfully leads multi-discipline teams,and knows how to bring the best talent to any assignment. He effectively communicates with clients, >> Master Architecture, Science in ture, University of project teams, regulatory agencies,the public and construction contractors, Florida, as well as the overall design and implementation team.His aviation project experience includes planning and programming, new construction,major and » Bachelor University of Arts in Design, of Florida; Minor minor renovations,additions and remedial assessments for terminals, rental car in Historical Architectural facilities, hangars,cargo facilities,airport rescue and fire-fighting(ARFF)facilities, Restoration, Nantucket general aviation facilities, maintenance buildings,and other airport-related Institute of Architecture structures with RS&H and others. Mr. Iskra is a LEED Accredited Professional and » Registered Architect:AZ, a leader in sustainable design bringing multi-disciplined teams together to achieve FL,NV, NC,SC,TX,VA high-efficiency buildings.Relevant project experience includes: » Extensive FAR Part 139 Terminal 3 Planning Study,San Francisco International Airport,San airport experience Francisco,California--Project Architect.Prepared redevelopment >> Extensive on-call alternatives for the T3 concourse and Boarding Area F.Scope included experience passenger and operations data collection and analysis,demand forecasting, » Extensive terminal passenger queuing analysis at security checkpoints and ticketing lobby, redevelopment experience terminal curbside operations analysis,terminal planning,apron and aircraft movement area planning and concept design development. >> Terminal Area Development Plan and New Passenger Terminal Building, San Luis Obispo County Regional Airport,San Luis Obispo, California--Project Manager.Development of a terminal area concept plan for the replacement of the existing, outdated terminal with a new 48,000-square-foot terminal.The project included the development and analysis of multiple site options,terminal programmatic requirements, multiple terminal building concepts,financial analysis,a budget and capital plan,and schematic and design development drawings. » OTA,Quick Turn-Around Rental Car Center, Bishop International Airport, Flint,Michigan—Project Architect.Development of a 15,000 SF rental car quick turn-around(QTA)facility.The project included the analysis of various site location options, potential layout configurations,financial analysis, construction documents, and final construction oversight.Integral to the OTA are common use fuel stations,cleaning and vacuum station,and car wash rack. 12 STATEMENT OF QUALIFICATIONS NO.06-17I ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT MH Exhibit B - RS&H Statement of Qualifications Joe Jackson 1 Project Officer As Project Officer for PSP's On-Call Aviation Consulting Services assignment, Mr. Jackson's Mr.Jackson's experience will add value to all projects. He has demonstrated extensive experience success as Project Officer on dozens of client assignements, and will follow in varied project types a proven formula to assure success for PSP.He will oversee all contractural matters, assure that RS&H's staff assigned is performing well,and will ensure give him hard-won PSP satisfaction with RS&H's services. wisdom that will be Mr. Jackson's 33-year career in aviation consulting gives him a comprehensive valuable to PSP's understanding of airports and the aviation industry to help PSP maintain project success. a balanced airport development program. His experience includes airport terminal projects, rental car facilities,airfield projects, airport planning and Capital Improvement Plan (CIP)programming,airport finance and business issues,airline/airport CIP coordination,environmental planning, Federal Joe Jackson Aviation Administration and state grant coordination,and air service analysis. » Master of Business Representative clients and projects are listed below. Administration,Morehead State University n Runway 8-26 and 15-33 Runways and Shoulders Rehab., Bob Hope >> Bachelor of Arts in Music Airport,Burbank,California--Project Director Education, Morehead State Air Carrier Apron A and B Reconstruction, Bob Hope Airport,Burbank, University California--Project Officer » Extensive FAR Part 139 airport experience New Terminal Building,San Luis Obispo County Regional Airport--Project >> Extensive on-call Officer experience » Midfield Satellite Concourse Project Definition,Los Angeles International >> Extensive ACIP oversight Airport, Los Angeles,California--Project Officer experience » Passenger Boarding Bridges Relocation,Los Angeles International Airport, Los Angeles,California--Project Officer » Runway 7R-25L Pavement Evaluation and Repairs,Los Angeles International Airport,Los Angeles,California--Project Officer » Taxilane T Enabling Project,Los Angeles International Airport,Los Angeles,California—Project Officer » West Side Development Plan, Los Angeles International Airport, Los Angeles,California--Project Officer n East Side Development Plan, Los Angeles International Airport,Los Angeles,California--Project Officer Aircraft Parking Analysis, Los Angeles International Airport, Los Angeles, California--Project Officer » Hydrodynamic Separator Installation, Bob Hope Airport,Burbank, California--Project Officer STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSU'-TING SERVICES 13 RSW FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Jeff Warkoski,PE I Quality Assurance Mr. Warkoski's As Quality Assurance Officer,Mr.Warkoski will be highly focused on the quality commitment to of all assignments for PSP.He will assure that all design disciplines are following quality is apparent our well established and effective quality procedures.This, combined with his extensive experience and commitment to quality,will assure PSP that RS&H's in all assignments. work achieves high marks for quality and effectiveness. He Will Combine his Mr.Warkoski has more than 29 years of aviation consulting experience serving as years of experience Project Officer,Program Manager,Project Director, Project Manager,and Project and RS&H's superior Engineer on numerous aviation engineering projects.Mr.Warkoski has extensive quality process to experience in planning, programming,engineering design, budget/schedule assure successful control, construction administration,tenant coordination,aircraft parking,and construction phasing. Relevant project experience includes: projects for PSP. » Runway 13L-31R,Taxiway E Rehabilitation and Taxilane J Extension,Palm Springs International Airport,Palm Springs,California—Project Manager. Rehabilitation of 5,000-foot by 75-foot runway and parallel taxiway, under Jeff Warkoski General Consulting contract.Also included 1,000-foot extension of taxilane » Bachelor of Science in for future development/construction. Responsible for all elements of project Civil Engineering, Florida management,coordination,design,and execution. International University, 2004 » Runway 4L-22R Reconstruction,Detroit Metropolitan Wayne County » Registered Professional Airport--Project Manager. Reconstruction of 10,000-foot runway, parallel Engineer:California(No. taxiway, high-speed taxiways,and end-around taxiway. 73364), CO, FL, ID, MI, NV, » RunwayB-26 and Runway 15-33 Rehabilitation,HollywoodR,PA, UT,WA,WY y ywood Burbank Airport,Burbank,California--Project Officer.Bituminous concrete » Extensive FAR Part 139 rehabilitation of Runway B-26 and Runway 15-33, Also, prepared a Design- airport experience Build Criteria document for the replacement of Runway 26 Engineered » Extensive on-call Materials Arresting System(EMAS), bid under a separate procurement. experience » Ramps A and B Rehabilitation,Hollywood Burbank Airport,Burbank, » Industry-leading aviation California--Project Manager.Asphalt and Concrete rehabilitation of 14-gate civil engineer commercial service apron including extensive phasing and airline coordination. Served as the Ombudsman for the Airport for this project. » Terminal Area Plan,San Luis Obispo County Regional Airport,San Luis Obispo,California--Project Engineer.Aircraft ramp,rental car parking lot, and landside roadway improvements to support the new terminal complex. » Runway 25R Reconstruction,Los Angeles International Airport—Project Manager.Reconstruction of 6,000 feet of Runway 25R, and a new Taxiway B 17. » Runway 171 Complex Pavement Rehabilitation,Denver International Airport,Denver,Colorado--Project Manager. PCC pavement panel replacement program 12,000-foot by 150-foot runway and parallel taxiways. 14 STATEMENT OF QUALIFICATIONS NO.06.171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSM Exhibit B - RS&H Statement of Qualifications C.1 LIST ARCHITECTURAL DESIGN SERVICES - CAPABILITY Michael Spitzer,AIA, LEED AP RS&H has successfully provided Architectural Design Services to large and small Task Manager commercial service airports since the 1960s. Services provided to airports Dennis Iskra, NCARB,LEED AP range from pre-planning and conceptual analysis to final production services. Jeff Reddy, LEER AP Our clients enjoy state of the art design services combined with an in-depth Frank Gratton, understandingof the unique requirements of the airport environment.Specific NCARB,ID q q Rod Sepulveda i airport services provided by the RS&H Team include: Gene Grosz Kendall Barstad » Terminal and Concourse Buildings- » Security Systems/Access Control Luis villalobos New, Expansion, Remodeling » Data Communication CUTE MUFIDS Structural / / Druce Joslin,PE,NCEES » Rental Car Facilities including Quick » Energy and Systems Management MEP Turn Around Centers Manojit Sinha,Ph.D.,PE(1) » Airport Administration Offices Lester lung, PE a) » Parking Garages, Parking Lots,and Roadways Si na e » Cargo Buildings Parking Structures Y g 8 Shahin Azmoudeh,AIA a » In-Line baggage Screening Systems » ARFF and Maintenance Facilities Baggage Handling » Checked Baggage Screening » General Aviation Facilities Calvin Trudeau 18) NRAC Systems Integration » Corporate Hanger and T-Hangers RAC Rick Griffin,n, LEED LEED AP t9I Marcel Allen(9) RS&H has assembled a highly qualified and experienced team of architects and J.Carter Strothman M building engineers that are seasoned industry veterans with extensive experience in the planning,design and construction of airside and landside building projects at airports similar in size and character to the Palm Springs International Airport. Michael Spitzer, AIA, LEED AP I Architectural Design Project Manager As our Archictural Design Project Manager at PSP,Mr.Spitzer will lead all A licensed California architectural assignments with support of RS&H's architectural design team. Mr.Spitzer specializes in aviation architecture,and brings a robust portfolio of Architect, Mr. Spitzer experience in all building types. brings extensive P g Mr. Spitzer's career covers 30years of worldwide airport experience,with a experience and a solid historyof design and planning for airside terminals and landside facilities. creative Spark to all g P g His extensive professional services experience range from conceptual design assignments. and planning to document production and construction administration on medium-scope to large-scope projects. His leadership,dedication,work ethic, experience, and responsiveness consistently deliver projects on time and under budget. His experience in both domestic and international projects gives him Michael Spitzer a pragmatic approach to terminal architecture-not just what looks good on » Master of Architecture, paper, but"real world"designs which reflect airport operational, security,and University of Florida safety requirements. In this way,Mr. Spitzer's proven ability to integrate multiple » Bachelor of Design, disciplines ensures results that are timely,cost-effective,and constructible. University of Florida Relevant project experience includes: » Registered Architect: California(No. 32507),CO, » Ticketing and Baggage Claim Area Expansion,Rental Car Relocation,In- FL, ID,MN, MO, MT, NV,OR, Line Baggage Screening System, Parking Lot,Parking Garage Expansion, UT,WA,WY and Concourse Replacement--Project Architect.Project involved the expansion of the Airport's baggage claim area,with the expansion of the baggage claim hall, replacement and enlargement of six existing baggage STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSU'-TING SERVICES is RSMFOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications claim carousels,and installation of two additional carousels. Rental car offices » Extensive FAR Part 139 and counter locations were relocated and enlarged, along with the addition airport experience of the USO lounge. Pedestrian access to the rental car-ready garage was >> Extensive on-call modified/upgraded with moving walkways and escalator access.Ticketing, experience passenger screening, holdrooms,airline lounges,and other ancillary areas » Extensive terminal were relocated/expanded throughout this project's implementation process, rehabilitation experience >> Conceptual Plan Development and Terminal Expansion Program,Juan » RAC QTA experience Santamaria International Airport,San Jose,Costa Rica--Project Director. >> Terminal Renovation and Expansion,Spokane International Airport, Spokane,Washington--Senior Project Manager >> Terminal Expansion Project,Eugene Airport, Eugene,Oregon--Architect >> Terminal Expansion and Security Checkpoint Reconfiguration,Great Falls International Airport,Great Falls,Montana--Project Manager >> Airline Terminal Expansion,Bozeman Yellowstone International Airport, Bozeman,Montana--Project Manager >> New Consolidated Rental Car Facility,Eugene Airport, Eugene,Oregon-- Architect » New Baggage Screening/Explosion Detection System,Eugene Airport, Eugene,Oregon--Architect >> Air Terminal Addition/Modification, Rick Husband Amarillo International Airport,Amarillo,Texas--Senior Architect Druce Joslin >> Concourse D, E,and F Wrap Terminal Expansion and Renovation,Miami » BS in Civil Engineering, International Airport,Miami,Florida--Project Manager Tennessee Technological University Druce Joslin, PE, NCEES I Structural Engineer » Registered Professional Mr. Joslin has 14 years of experience in structural engineering projects and Engineer:California (No. services. Mr. Joslin's previous experience includes structural design and analysis 6118) AR, FL, NY, OR, PA, of aviation, commercial, institutional, and transportation facilities, including SC,TN structures composed of structural steel, reinforced concrete, pre-cast concrete, >> Registered Structural reinforced masonry, and wood. Engineer:OR Manojit Sinha,Ph.D., PE I S&K Engineers I MEP Manojit Sinha Dr. Sinha has more than 35 years experience in facilities planning and design, interiors design,special building systems planning and design, laboratory » Ph.D. in Engineering, design, controls, energy conservation, and computerized building modeling and University of California, Los Angeles simulation. Dr. Sinha has engineered mechanical systems for various facilities including healthcare, educational, municipal, laboratory, commercial,and retail » MS in Engineering,University buildings.This engineering experience includes master planning,feasibility of California, Los Angeles studies, energy conservation systems, control systems,and computerized >> B. Tech. Chemical modeling and simulation. His experience also includes the design of large Engineering, Indian Institute centralized chilled water and steam plants, chilled water and steam distribution of Technology systems, and various specialized systems including laboratory fume hoods and >> Registered Professional laminar flow systems. Mechanical Engineer: California (No. M-23243), NV, AZ,WA, MI 16 STATEMENT OF QUALIFICATION S NO,06-171 A/IA 1 / 1 II' S .R, CF- K S&H FJ 'rLP^51 2 1�S IN rERL.+TI✓NAL AIRPORT Exhibit B - RS&H Statement of Qualifications Lester Jung, PE I S&K Engineers I MEP Lester Jung Mr. Jung has more than 35 years experience in electrical engineering. He has » BS in Engineering, been involved in all aspects of design including planning and programming, University of California, Los construction document design, construction administration,and project Angeles closeout. Mr. Jung has engineered electrical systems for various facility types » Registered Professional including healthcare, educational, laboratory,commercial, and retail buildings. Electrical Engineer: This engineering experience includes planning,feasibility studies,special building California (No. E10979) systems, power distribution systems, lighting systems, security systems,and audio/visual systems. His experience also includes the design of central plants as well as various specialized systems including fire alarm and generator paralleling systems. Shahin Azmoudeh,AIA I International Parking Design I Parking Structures Shahin Azmoudeh Mr. Azmoudeh is responsible for office management and administration, » BA in Architecture, business development, client relations,and contract negotiations for the Los University of Texas at Angeles office. He has been involved in the functional and schematic planning Arlington and design of parking structures since joining the firm in 1988, Mr. Azmoudeh » Registered Architect: has experience in healthcare, education,aviation, commercial, corporate, California(No. C32674), civic, entertainment,and hospitality projects. His areas of expertise include CO programming, planning and full project analysis, preparation of construction documents and administration phase of projects, Calvin Trudeau I BNP I Baggage Handling Calvin Trudeau Mr.Trudeau has utilized his education and employment background for » MA in Human Resources the development of electrical/mechanical integration of baggage handling Development,Webster University systems. He has overall office responsibility for maintaining quality control of specifications, cost projections and electrical components. His assignments have » BS in Applied Management, included project management,existing system surveys,system commissioning, National College phased implementations, construction monitoring and system integration of the Baggage Handling System with inline Explosive Detection Systems, at numerous international and domestic airports. In this role, he has worked closely with the TSA on the initial Integrated System Acceptance Testing Protocols(ISAT)and the development of Radio Frequency Identification (RFID) Protocols. Rick Griffin, LEED AP I Jacobsen Daniels I RAC CONRAC Rick Griffin Building on an 18-year career in the practice of architecture, Mr. Griffin has » Bachelor of Architecture, focused for the last 17 years on Design and Construction Program/Project University of Nebraska- Management services for Airports and other various public and private entities. Lincoln Of that time, a significant portion has been dedicated to the development » Registered Architect,AZ of over a half dozen CONRAC facilities specifically for use by the Rental Car Industry(RACs),with the San Diego ConRAC being to most recently complete and active facility. Mr. Grill n's specific Program Management experience includes the Phoenix Sky Harbor Rental Car Facility and the Chandler City Hall Complex, Chandler Arizona. Program Management requires a holistic view and the ability to develop synergies between various project teams and stakeholders, as well as managing the various interdependencies between those teams. Communication is the critical skillset in effective Program Management, Mr. Griffin's background in both the architecture and construction management professions has afforded RSsH STATEMENT OF QUALIFICATIONS NO.06171 JN-_ AM TILE I Cf I I 4;KLc 17 FOR PALr� �IRIV S IfdTE:4V:.-ZONAL A PI-OF I Exhibit B - RS&H Statement of Qualifications him the ability to develop the knowledge and communication skills to be effective with not only with the Owner/end-users of facilities, but also with the entire Program development team. Marcel Allen I Jacobsen Daniels I RAC CONRAC Marcel Allen With more than ten years combined experience within the design and » Bachelor of Architecture, construction industry,Mr.Allen has spent the last six focused on aviation-related Southern University services.With a comprehensive knowledge of the industry he brings a diverse approach to the planning, programming,and construction of any project. His most recent works include the planning,implementation,and construction of CONRAC facilities.Mr.Allen has provided critical support to the RAC Industry as tenant representative on multiple projects, including the New Orleans International Airport,Chicago Midway International Airport CONRAC facility,and the development of the San Diego International Airport Rental Car Center(RCC). J. Carter Strothman I Jacobsen Daniels I RAC CONRAC J.Carter Strothman With more than 20 years of experience in facility planning,design,construction,and „ BS in Civil Engineering commissioning, Mr.Strothman has worked on and managed a variety of different Vanderbilt University projects.He has extensive experience with site,and facility planning,programming » Registered Professional and development,client and user operations,public and private technical and Engineer: IL implementation planning,and stakeholder coordination. His civil/structural engineering and design-build training and experience provide him with a unique understanding of project and program implementation that includes virtually every aspect of a project,from master planning,concept development and programming through planning,design,construction,and commissioning. He has excellent communication skills and a working knowledge of numerous codes and regulations needed to address issues related to the aviation and rental car industries. C.2 LIST ENGINEERING DESIGN SERVICES CAPABILITY 771 RS&H Airfeld engineers are industry leaders and are sought-out for their expertise and quality service.The Engineering Design Services provided by the RS&H Team include: Byron Chavez » Runways-Extensions,Rehabilitation, » Parking Lots, including employee, Phillip Leung,LEED AP New,Widening,Strengthening public,and other Building sites and Pedro Barragan,Err $ $t $ P $ Karolyn Saenz,EIT » Taxiways-Extensions,Rehabilitation, hangar sites Alex McKean, PE,LEED AP. 1 Greg Riley,PE New,Widening,Strengthening » Airfield lighting, NAVAIDS,electrical Megan Timmerman,FIT » Aprons- Expansions,Rehabilitation, vaults,and other electrical related David Rice,Jr,,PLS,LS(3) New,Strengthening elements Survey $ $ David Turner,PI(3) » » Other On-airport Aviation Airside and Landside Roadways Geotechnica! Developments. Anthony wiant Emil Rudolph, PE,GE wl Similar to the delivery of Architectural Design Services,RS&H believes the successful implementation of any Engineering Design Services assignment as part of overall Aviation Consulting assignment is dependent on the efforts of a dedicated Team of professional engineers working together in a unified effort with Airport staff.RS&H has assembled a highly qualified Team with extensive experience in the planning,design and construction of airfield and landside civil engineering projects at airports similar in size to the Palm Springs International Airport. 16 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RS&f Exhibit B - RS&H Statement of Qualifications Steve Stroh, PE I Engineering Design Task Manager A California P.E., Mr. As our Engineering Design Project Manager at PSP, Mr.Stroh will lead all civil Stroh has successfully engineering assignments and draw upon one of the finest airfield engineering teams implemented a practicing today.Mr.Stroh is very familiar with all aspects of engineering at southern California's airports,and will bring that valuable experience to every PSP assignment. wide variety of civil Mr.Stroh has more than 25 years of aviation engineering experience.His experience includes serving as a project manager designing runways,taxiways, at ai engineering projects rports throughout aircraft ramps,perimeter roads,landside roadways, parking lots,and perimeter southern California. security systems.Mr. Stroh has a strong background in establishing project The success of his budgets and maintaining those budgets through construction. He has a proven most recent runway track record of understanding the demands of the tenants,operators, and the traveling public who use airports. Relevant project experience includes: reconstruction projects at Runway 8-26 and 15-33 Rehabilitation, Hollywood Burbank Airport, prolywood Burbank Burbank,California--Project Manager.Responsible for design and construction phase services to rehabilitate both commercial runways.All demonstrates his work was performed entirely during night and the runways were opened each capabilities. morning to allow no disruption to aircraft operations.Work included asphalt concrete pavement reconstruction, detailed construction sequencing,and coordination with airlines,airport tenants and the FAA control tower Runway 8-26 and 15-33 Shoulder and Swale Rehabilitation,Hollywood Steve Stroh Burbank Airport,Burbank,California--Project Manager.Responsible for >> BS in Civil Engineering, San design and construction phase services to rehabilitate the shoulder pavement Diego State University adjacent both commercial runways.All work was performed entirely during >> Registered Professional night and the runways were opened each morning to allow no disruption to Engineer:California(No. aircraft operations.Work included asphalt concrete pavement reconstruction, 59687) detailed construction sequencing,and coordination with airlines,airport » Extensive FAR Part 139 tenants and the FAA control tower airport experience South Airfield Improvement Program,Los Angeles International Airport, » Extensive on-call Los Angeles,California--Project Engineer. Responsible for upgrading, experience relocating, and widening over 25 airfield taxiway intersections on the south >> SoCal leading airport airfield, needing to accommodate the turning movements of several new engineer large aircraft, including the Airbus A-380. » Air Carrier Ramp(Phase IB), Long Beach Municipal Airport,Long Beach, California--Project Manager. Responsible for design and construction support services for the commercial air carrier ramp reconstruction at the Airport.The project included the horizontal and vertical layout of the entire air carrier ramp to accommodate a new terminal hold room and two new aircraft parking positions. Terminal Two West Building and Airside Expansion, San Diego International Airport,San Diego,California--Quality Manager.Responsible for the design-build apron project to support a ten-gate terminal expansion. The project incorporated 48-acres of site development, including aircraft parking,truck access,vehicle parking,aprons,taxiways, and taxilanes.The multiphase construction packages included soil stabilization, installation of various underground utilities,and PCC pavement improvements. STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES 19 RUH FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Byron Chavez, PE I Engineering Design Byron Chavez Mr. Chavez has 10 years of experience in aviation projects, management, and » BS in Civil Engineering, design. He has extensive experience at Austin-Bergstrom International Airport, Oklahoma State University and also worked on the Runway 8-26 and 15-33 Rehabilitation project at n Registered Professional Hollywood Burbank Airport. Engineer: OK,TX Phillip Leung, PE, LEED AP I Engineering Design Mr. Leung has 10 years of experience and has provided project engineering Phillip Leung services on a variety of projects. His duties encompass all aspects of aviation >> MS in Civil Engineering, engineering design and construction administration. He has served as Project University of Massachusetts Engineer on several aviation-related projects and has provided design, planning, at Lowell or construction administration effort on more than 30 aviation-related projects. >> BS in Civil and Pedro Barragan,EIT I Engineering Design Environmental Engineering, University of Massachusetts Mr. Barragan has seven years of civil engineering experience, and has assisted >> Registered Professional on various projects at Hollywood Burbank, Los Angeles International, San Luis Engineer: MA Obispo County Regional, and Stockton Metropolitan Airports. He has strong field experience and has proven valuable to clients during projects' construction phases. Pedro Barragan Karolyn Saenz,EIT I Engineering Design >> BS in Civil Engineering, California State University Ms. Saenz has one year of experience assisting in project planning, reviewing design and specifications, plan and schedule changes, Requests for Information,Quality Assurance/Quality Control designs, and cost analysis. Karolyn Saenz » BS in Civil Engineering, Alex McKean, PE, LEED AP+ I Engineering Design g California State University- Mr. McKean has 16 years of experience in airport design, rehabilitation, Northridge construction administration, and inspection,with a broad range of experience in construction practices, and airfield engineering on airports across the country ranging from general aviation to large hub air-carrier airports. His Alex McKean experience includes a sound knowledge and implementation of Federal Aviation » BS in Civil Engineering, Administration Advisory Circulars for airport geometric design, structural Colorado State University pavement design,grading and drainage design, airfield lighting layout, pavement ->> Registered Professional marking layout,technical specification development, contract document Engineer: California(No. development,and cost estimation. In addition, Mr. McKean has experience in 74213). CO, ID, KS, MT, NE, construction management of airfield projects, including bidding/procurement, OR, UT,WA, WY construction administration, resident project representation,and project closeout. Greg Riley, PE I Engineering Design Greg Riley Mr. Riley has 32 years of experience as a Project Manager, Project Engineer, >> Bachelor of Science in Design Engineer, and Resident Project Engineer. He has experience in civil Civil Engineering, Brigham engineering design for airports and municipalities. His experience provides Young University in-depth airfield experience in engineering design and construction as well as >> Registered Professional support to building, environmental,and planning services. Engineer:California(No. 74142), CO,ID,NV, UT ZO STATEMENT OF QUALIFICATIONS NO.06-171 ,"i S .SEF =E- �A Fr 2 PALM Y 4 P J LPr IA I L,NHI All- '�I K Exhibit B - RS&H Statement of Qualifications Megan Timmerman,EIT I Engineering Design Megan Timmerman Ms.Timmerman joins RS&H as a graduate of the University of Dayton as an EIT. » BS in Civil Engineering, She gradated with honors and brings a high level of energy to her assignments. University of Dayton David Rice, Jr., PE, PLS I Coachella Valley Engineers I Engineering Design David Rice,Jr. Mr. Rice has more than 5o years of progressive experience in the construction, » Bachelor of Science in land surveying, and engineering industries. His experience has included oversight Civil Engineering, South and management of design, ongoing development of construction engineering, Dakota School of Mines& and surveying,while providing processed field information and technical support Technology for land development in California, Colorado, South Dakota, and Nebraska. » Registered Professional David Turner, PLS Coachella Valle Engineers Survey Engineer, California (No. � Y g � Y 35728) Mr.Turner has extensive survey and design experience,which,when combined » Registered Professional with his management skills and education, afford him a complete working Land Surveyor, California knowledge of what each project entails. He has expertise in entitlement and (No. LS S6528) planning, as well as the ability to successfully present projects and negotiate workable solutions for both public and private sectors. David Turner, PLS Emil Rudolph, PE, GE I SCST I Geotechnical » BS in Engineering/ Mr. Rudolph has 20 years of experience providing geotechnical engineering/ Surveying, University of subsurface investigation,and inspection and testing services for a wide range South Dakota of projects, including the oversight of numerous on-call contracts. He manages » Registered Professional both the geotechnical and material testing inspection teams during design and Land Surveyor,California construction projects. Mr. Rudolph's duties include the oversight of geotechnical (No. 7880) and forensic evaluations including the review of field exploratory data to interpret subsurface geologic conditions,geotechnical calculations, review of temporary shoring systems,and the review of geotechnical reports and distress surveys of Emil Rudolph slopes,excavations, buildings, pavements, retaining walls and other improvements. » BS in Geological During construction, he reviews earthwork compliance, manages special inspection Engineering, University of and testing contracts,and provides SCST with quality reviews and technical advice. Arizona Anthony Wiant I SCST I Geotechnical » Registered Professional Engineer: California(No. Mr.Wiant has 20 years of experience. He is responsible for performing day-to- 64301) day testing in the laboratory, including sieve analysis, consolidation, direct shears, R-value,and LA abrasion testing. He runs all tests according to standards set by the Cement Concrete Reference Laboratories(CCRL),American Society Anthony Wiant for Testing and Materials(ASTM), Caltrans, Division of the State Architect » American Concrete Institute (DSA),and the American Association of State Highway Transportation Officials (ACI) Concrete Field (AASHTO). He also provides earthwork observation and testing,as well as Testing Technician Grade 1 concrete sampling,testing, and inspection. #01152494 Caltrans Testing Methods Nos. 125-AC, 125-AGG, 216, 226, 231, 375 RS I STATEMENT OF OUALIFICATIONS NO.06-171 LJd-C4 , 1, T IT I' ]TV TI J6'FT:ICFS 21 OR PALM',PP G�INTERNATIONAL AIR +T Exhibit B - RS&H Statement of Qualifications C.3 LIST CONSTRUCTION MANAGEMENT SERVICES CAPABILITY rDaveElllott, LEED AP Rs&H provides Construction/Program Mana ement services to aviation clients LEED AP+Pg agers in response to each client's needs.We have successfully provided construction phase services on the vast majority of our aviation projects, adapting each Pedro Lori Rowe Ba Rowe, Er assignment to the client's needs. RS&H understands the need for efficiency Schedutano and economy during the construction phase,and can provide all aspects of Lisa Heckendom- Construction Management/Program Management services.Typical services Blake, PIP al include construction administration,construction management, resident project Cost Estimating representation, inspection, cost estimating and control,scheduling, coordination tan J.de Keyzer,FRICS(2) of RFIs,shop drawings,and change requests,stakeholder coordination, FAA coordination,and project commissioning and close out. Jeff Reddy, LEED AP I Project &Construction Management Task Manager As Project& Construction Management Task Manager for Buildings Projects at Mr. Reddy maintains PSP,Mr. Reddy will be responsible for the proper execution of any PM or CM a home in Palm Buildings assignment at PSP.Mr.Reddy maintains a home in Palm Springs,and is readily available to support the Airport as needed. Springs. IBIS depth For more than 40 years, Mr. Reddy served the aviation industry as a principal of experience will be architectural consultant to the most important aviation projects in the west. Invaluable to PSP In Mr. Reddy's airline clients have included Southwest Airlines,United Airlines, US his role as Project Airways, Frontier Airlines,and American Airlines. Many of these projects were & Construction completed under the direction of a third party management entity employed by the airline.He was the project manager for over 150 renovation projects at Management Stapleton International Airport,which included the design of several concourses, Dicipline Leader for curbside renovation,crew lounges,lobby, baggage handling,and airline club Buildings Projects. lounges. Most notably,at Denver International Airport he was the project manager for the establishment of the Airport Architectural Design Standards and the design development of the terminal building complex,and he was the architect of record for the$350 million Concourse A. Since the opening of Denver International Airport in 1995, he has worked with all tenant airlines; Jeff Reddy multiple food, beverage,and retail concessions;as well as the city and county of Denver.Relevant project experience includes: >> Bachelor of Arts in Architecture,Colorado >> US Airways Relocation to Terminal 3,Los Angeles International Airport, University School of Los Angeles,California--Project Manager. Relocation of US Airways from Architecture Terminal 1 to Terminal 3 as enabling project for the Renovation of Terminal > Registered Architect:CO, 1 for Southwest Airlines. All airline functions, including Ticketing, Bag Claim, UT Administration, Maintenance,and Operations Services were duplicated and » Extensive FAR Part 139 moved to the new Terminal 3 location.Project cost$11 million. airport experience >> Concourse B Regional Jet Facility,Denver International Airport,Denver, >> Extensive on-call Colorado--Principal-In-Charge.$55 million, Regional Jet Concourse addition experience to Concourse B that added 32 aircraft gates,airline support areas, city >> Extensive construction support areas,and concessions design. phase experience for airport buildings 22 STATEMENT OF QUALIFICATIONS NO.06.171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSW Exhibit B - RS&H Statement of Qualifications Concessions Tenant Improvements,Denver International Airport,Denver, Colorado--Principal-In-Charge and Project Manager.Tenant finish upgrades to multiple concessions,including retail and food and beverage in the terminal building and concourses. Architectural Design Standards and the Terminal Complex Preliminary Design for the New Denver Airport,Denver International Airport,Denver, Colorado--Project Manager.This contract included 31 separate consulting firms for the establishing of the standards and the design development of the $350 million terminal complex. Dave Elliott, LEED AP BD+C I Project& Construction Management Task Manager As Project&Construction Management Task Manager for Civil Projects at PSP, Mr. Elliott Is highly Mr. Elliott will be responsible for the proper execution of any PM or CM Civil valued by RS&H's assignment at PSP. He will draw on the extensive resources within RS&H to assure effective execution of all assignments. Clients for his ability to Mr. Elliott has 30 years of experience in the field of airport and civil engineering. achieve solid results. He has worked in the construction materials testing and geotechnical He is firm but fair investigation field as well as served as Resident Project Representative with contracts, and on numerous projects with responsibilities of on-site construction and achieves excellent the supervision of construction inspectors.He is also instrumental in the constructibility reviews during the design phases of projects to identify and results for his clients. mitigate potential issues prior to the construction phases. His extensive experience includes services for runway,taxiway, and apron construction, utility relocations and installations,grading,airfield lighting, NAVAIDs and terminal, support facility construction and with runway and taxiway phased closures to Dave Elliott minimize impacts on airport operations. Relevant project experience includes: Certified,National Institute n Runway 13L-31R and Taxiway E Connectors Rehabilitation, Palm for Certification of Springs International Airport,Palm Springs,California—Resident Project Engineering Technologies, Representative.Project involved milling,truing and leveling to profile, Engineering Technician- installation of glass-grid to reduce reflective cracking,and installing a two- Level III inch overlay,and associated electrical relocations. Contract was completed 30 >> Extensive FAR Part 139 days ahead of schedule with coordination and adjusted phasing. airport experience Taxiway NA,George Bush Intercontinental Airport,Houston,Texas—Design » Extensive on-call Reviews and Construction Administration.Project includes a multiphase experience reconstruction and reconfiguration to current standards of Taxiway NA. Project >> Extensive construction includes subgrade,subbase, base,asphalt pavement,concrete pavement, phase experience for drainage and airfield electrical as well as a part-time runway closure phase. airport civil projects >> Taxiway WA/WB,George Bush Intercontinental Airport,Houston,Texas-- Design Reviews and Construction Administration.Project includes a multiphase reconstruction and reconfiguration of Taxiway WA and WB.Project also includes subgrade,subbase,base,asphalt pavement,concrete pavement,drainage and airfield electrical as well as an expedited phase with a runway closure.The major portion of the project is a replacement of a previous construction completed just a few years earlier that began experiencing pavement failures upon opening. STATEMENT OF RUH FOR PALMS R NGGSSAINTERNAT ONAL A RPORTON-CALL AVIATION CONSU'_TING SERVICES 23 Exhibit B - RS&H Statement of Qualifications Lisa Heckendorn-Blake, PMP I Connico I Scheduling Lisa Heckendorn-Blake Ms. Heckendorn-Blake is a Senior Scheduler with more than 35 years of project » BS in Chemical management experience in many different areas including planning, scheduling, Engineering,Grove City budget development, cost/change management,construction management,and College team coordination.As one of Connico's Senior Project Managers,she provides many services including construction administration,design and construction scheduling.As a construction professional she utilizes software programs such as Primavera 6, Expedition Contract Manager,and Microsoft Project.Ms. Heckendorn-Blake is highly experienced in preparing complicated and tight schedules requiring completion by a fixed deadline. Ian de Keyzer, FRICS I Connico I Cost Estimating Ian de Keyzer Mr.de Keyzer is the Estimating Manager with Connico Incorporated, offering » BS in Building Economics, 44 years'experience in construction consulting and construction management. Bristol Polytechnic Institute During his career, Ian has worked on high profile projects in the United States, Bristol,England Europe,and the Middle East. Ian's attention to detail in providing cost estimates is exceptional. Ian's projects have covered a broad spectrum of market segments, and he offers relevant experience working on aviation projects. C.4 LIST AIRPORT PLANNING SERVICES CAPABILITY RS&H is an industry leader in airport planning.A key advantage of the RS&H Delia Chi planning team is our extensive real world experience in planning that leads Task Manager to construction.Our planners know what is needed in the planning phase to successfully guide a project through design and construction. In addition, RS&H Rob Grotefend tanners are thought-leaders in man areas SMS,GIS, Master Plannin and Gareth Hanley,AICP,CM P g Y ( g) Tammy Merrill I provide PSP with the full range of capability to excel in all assignments. RS&H Steve Domino,AAE Airport PlanningServices include: Pete Maiman,CM Jacob Stoksy r'I jDarryl Daniels(') » Airport Master Plans » Terminal Area Plans sMs soeriaf sr » Airport Layout Plans(ALPS) » Feasibility Studies Ken tbold,AICP,CNu-A Safety Management System » Airport Obstruction Analysis FAA/AJP Snecia(isr P Jim Borsari Planning » Financial Planning i » GIS services » Community Involvement Programs » RAC Facility Planning Delia Chi I Airport Planning Task Manager As our Airport Planning Task Manager at PSP, Ms.Chi will lead all planning Ms. Ch is experience assignments and draw upon industry-leading airport planning team within RS&H.Ms. Includes a leading role Chi is very familiar with PSP,having extensive hands-on experience in preparation of the current PSP Master Plan Update and Environmental Assessment. In the preparation of PSP current Ms. Chi has 11 years of experience managing and supporting airport planning projects including airport master planning,ground access,landside,safety,and Master Plan Update environmental planning areas. Ms.Chi has managed and assisted in managing and Environmental several airport master planning projects,communicating with her clients to ensure Assessment. the work completed is completed within the established scope and budget.She has also conducted various technical analyses and produced documents for master plans,and other transportation,safety,and environmental studies. Ms.Chi 24 STATEMENT OF QUALIFICATIONS NO.06-17I ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT Rsw Exhibit B - RS&H Statement of Qualifications has worked at numerous airports including those in Anchorage,San Luis Obispo, Delia Chi Portland, Los Angeles,San Diego,Ontario,Palm Springs,Oceanside,Phoenix, >> Master of Science in Urban Tucson,San Francisco,Chicago Midway,Chicago O'Hare,and Denver.Ms.Chi has and Regional Planning with a an understanding of what it takes to properly execute aviation planning projects transportation specialization, on time and within budget. Relevant project experience includes: Portland State University >> Bachelor of Arts in » Environmental Assessment, Palm Springs International Airport,Palm Springs, Environmental Science, California--Project Manager.Responsibilities included managing the project University of California at and coordinating work efforts.Assisted in completing the project description for Berkeley the National Environmental Policy Act and California Environmental Quality Act » Extensive FAR Part 139 documentation as well as completing various on-airport traffic impact analyses. airport experience >> Master Plan Update,Palm Springs International Airport,Palm Springs, n Extensive on-call California--Deputy Project Manager. Responsible for coordinating planning experience efforts,assisting in developing scope and budget,tracking the project's >> Leading airport planner in progress, responding to clients,writing reports,conducting facility analyses, Southern California creating drawings,and writing and reviewing the Master Plan Update document.The Master Plan Update included an updated forecast,facilities assessment and alternatives development, and land-use study. >> Taxiway C14 Project Definition Booklet,Los Angeles International Airport, Los Angeles,California--Planner.Responsibilities include developing a future phasing plan for the construction of a new cross-field taxiway connector in consideration of other future development considerations, such as the phasing and future construction of a new passenger terminal. » Airport Development Plan,San Francisco International Airport,San Francisco,California—Planner.Responsibilities include determining support facility requirements,developing and evaluating future potential alternatives, and recommending a future development plan. >> Eastside Land Use Plan,Los Angeles International Airport, Los Angeles, California—Planner.Responsibilities include developing a future land use plan for the facilities at Los Angeles International Airport,excluding the terminal and airfield area.The work involves determining a detailed cargo development plan based on best practices for cargo development at Airports. >> Runway Protection Zone Study and Airport Layout Plan,San Luis Obispo County Airport--Project Manager.Responsibilities include managing the completion of a Runway Protection Zone Study and the Airport Layout Plan. It also involves coordinating efforts with the County of San Luis Obispo and the Federal Aviation Administration(FAA).The Airport Layout Plan is required by the FAA in order to proceed with development plans as proposed in the Airport's capital improvement plan. » Master Plan Update,Anchorage International Airport,Anchorage,Alaska --Deputy Project Manager.Responsibilities include assisting in developing the scope and budget,determining project approaches,and assigning work tasks to team members, completing the technical work effort and producing the final deliverable. /��IJ STATEMENT OF QUALIFICATIONS N0.06-17 ON-CALL AVIATION CONSU'-TING SERVICES 25 Kr\vt�■I FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Ken (bold I SMS Specialist Ken (bold Mr.(bold is an aviation planner responsible for the execution of aviation » MS in Transportation and planning efforts,including Safety Management Systems(SMS), Federal Aviation Urban Systems Planning, Administration (FAA) licensed commercial spaceports,Airport Master Plans, North Dakota State feasibility studies,Capital Improvement Plan development,and airport layout University plans.He is an expert in aviation safety and risk management, being recognized » BS in Journalism, University as an aviation safety subject matter expert by national media. He is a qualified of Wisconsin-Madison facilitator for FAA Airports Division(ARP)SRM panels. Mr. (bold has extensive » Certified Planner,American experience in FAA-licensed commercial spaceports and has authored several Institute of Certified technical papers and articles on commercial spaceports. Planners Jim Borsari I FAA/AIP Specialist Jim Borsari Mr. Borsari has been providing RS&H clients with project programming and » BS,University of Florida AIP support and grant administration services for seven years. Prior to joining RS&H, Mr. Borsari spent 30 years with the FAA:25 years in airport disciplines and five years in contracting disciplines. Mr. Borsari guided FAA airport financial program policy from 1990 until 2005 and directed the first update to the Airport Improvement Program (AIP) handbook. He was the single authority on eligibility and contracting procedures under AIP and initiated new delivery methods in AIP,such as design-build and other similar construction contracting techniques. While with the FAA, Mr. Borsari was recognized as the final authority on AIP/PFC project eligibility and counsel was sought by many within and outside FAA. Mr. Borsari also has developed a major rewrite of the AIP Handbook for the Federal Aviation Administration and a policy handbook for the Small Community Air Service Development Program for the US Department of Transportation Office of Aviation Analysis. C.5 LIST ENVIRONMENTAL SERVICES CAPABILITY RS&H offers a comprehensive approach to environmental consulting with Bill Willkie particular industry-leading expertise in California Environmental Quality Act Task Manager (CEQA)and National Environmental Policy Act(NEPA)compliance.We have assembled the strongest airport CEQA and NEPA team for this on-call consulting Nick Kozlik,LEED GA Joey Gale,LEED GA services assignment,and are prepared to undertake any assignment needed to Dave Full,AICP Support PSP. Ed Melisky Julie Barrow Bill Willkie I Environmental Task Manager Natural and Cultural Resources As our proposed Environmental Discipline Leader at PSP,Mr. Willkie will lead Grant Wilson,AICP tsl all environmental task and be responsible for the proper execution of any Jodi Ross-Borrego csI environmental assignment at PSP. Mr.Willkie will be supported by RS&H's Noise Gene Reindel(6) extensive environmental staff as well as experts local to PSP Mr.Willkie has 35 years of aviation environmental planning experience.His professional experience includes management and/or technical leadership of National Environmental Policy Act(NEPA)studies for airport development and Mr. Willkie is an airspace actions as well as noise compatibility studies under Federal Aviation expert in NEPA and Regulations Part 150(FAR Part 150)for commercial airports across the nation. CEQA, and offers PSP A nationally recognized expert in airport and airspace NEPA, Mr.Willkie has held unmatched experience leadership positions in the environmental committees of the Airports Council International -North America(ACI-NA)and the Airports Consultants Council and capabilities. 26 STATEMENT OF QUALIFICATIONS NO.06-17I ON-CA'-L AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RS01 Exhibit B - RS&H Statement of Qualifications (ACC).He was one of the initiators of the ACI-NA, ACC and FAA sponsored NEPA Bill Willkie instruction course series and has been a curriculum developer and instructor in » Master of City Planning in this course series since its inception. Relevant project experience includes: Environmental,Georgia Institute of Technology » On-Call Environmental Services, Houston Airport System,Houston, Texas--NEPA Technical Lead. » University ive r Architecture, Unirsity of New Mexico » Project definition for Environmental Impact Statement(EIS)for New » Extensive FAR Part 139 Runway and Associated Development,William R Hobby Airport,Houston airport experience Texas--Project Manager. » Extensive on-call » Environmental Impact Statement(EIS)for Runway 8L-26R and Associated experience Near Term Master Plan Projects,George Bush Intercontinental Airport, » Airport NEPA and CEQA Houston,Texas--Project Manager. expert » Environmental Assessment(EA)for Terminal Redevelopment Program at Salt Lake City International Airport,Salt Lake City Department of Airports,Salt Lake City, Utah--Project Manager. Grant Wilson,AICP I LSA I Natural and Cultural Resources Grant Wilson With more than 25 years in public and private sector planning, Mr. Wilson » Master of City and Regional is involved in project management, research,and preparation of documents Planning, University of related to commercial, public facility,and residential projects. His duties include Oklahoma, Norman tracking application materials and CEQA/NEPA process timelines; coordinating » BA in Communication, with engineers,architects, and technical studies authors;establishing and University of Oklahoma maintaining working relationships with public agency representatives; and making presentations at community meetings and public hearings. Mr.Wilson also establishes and oversees project budgets and supervises junior staff.His expertise is in CEQA/NEPA procedures and processes, land use, community development,and EAs. Jodi Ross-Borrego I LSA I Natural and Cultural Resources Jodi Ross-Borrego Ms. Borrego is primarily responsible for assisting various clients in conducting » BS in Environmental and managing the coordination of biological resource evaluations and Biology,Humboldt State assessments;management and oversight of construction compliance projects; University preparing environmental documentation for renewable energy projects; managing on-call service contracts with utility providers;and preparing biological reports for transportation projects including proposed bridge replacement projects,freeway interchanges, road widening, and interchange modifications, She is also involved with environmental permitting. She works with various resource and regulatory agencies to analyze impacts and recommend mitigation measures as part of the CEQA/NEPA documentation for both private-sector and public-sector projects. Her expertise is in biological assessments; multiple species habitat conservation plans; project management;jurisdictional delineations;rare,threatened,and endangered species;and state and federal permitting procedures. STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSU_TING SERVICES 27 RSWFOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Gene Reindel I HMMH I Noise Gene Reindel Mr. Reindel manages a wide range of noise consulting projects and provides > ME in Acoustics, technical support on aviation-related noise studies and noise measurement Pennsylvania State programs. His professional experience includes FAR Part 150 noise/land use University, State College compatibility studies, FAR Part 36 aircraft noise certification measurements, aircraft ground noise studies including low-frequency noise, residential sound » BS in Physics Engineering, insulation projects, modeling of aircraft operations noise,and noise and Pacific Lutheran University operations monitoring system specification, installation,acceptance,and use.Mr. Reindel also teaches courses in acoustics and sound measurements. He has the unique ability to present the difficult topic of acoustics to the general public. C.6 IDENTIFY OTHER AIRPORT SPECIALTY CONSULTING SERVICES (RELATED TO THE ACIP PROJECTS) The delivery of Specialty Consulting Services covers a diverse spectrum of work that could potentially include the following,depending on the specific needs of the Palm Springs International Airport: » Specialized financial consulting » Independent Fee Estimation services » FAA Cost/Benefit Analysis » FAA Grant Application preparation » Advocacy assistance before state and » PFC Application preparation federal agencies » Development of Capital Improvement Programs and ACIP support RS&H has assembled a highly qualified team of aviation professionals(presented in earlier sections)with significant experience in seeking funding assistance from state and federal agencies, preparing FAA grant and PFC applications,and the development of Capital Improvement Programs and ACIP.In addition, under the leadership of the On-Call Consulting Services Manager and Project Officer, the Team will work closely with Airport staff to select various other specialty consultants as required. 28 STATEMENT OF QUALIFICATIONS NO.O6-171 ON-CALL AVIATION CONSULTING SERVICES MfJ FOR PALM SPRINGS INTERNATIONAL AIRPORT RU Exhibit B - RS&H Statement of Qualifications D, OTHER RELATED QUALIFICATIONS D.1 KNOWLEDGE OF AND EXPERIENCE WITH FAA o Advisory --RS&H understands that an airport needs a consultant that is familiar with — Circular applicable airport, local,state and federal safety and construction rules, requirements, regulations,standards,codes and advisory material.The RS&H Team consists of leaders who are not just familiar with the regulations,but are leaders in the field who actually help define the industry standards on which the regulations are based. • • A unique feature of the RS&H Team is that not only does the staff make themselves familiar with the documents, but they also participate in the document development process.For example, RS&H staff participated on the TSA's Airport Security Design r _ Guidelines Working Group that updated the FAA's Airport Security Planning,Design and Construction Guidelines document.RS&H authored FAA Advisory Circular 150/5070-6B,Airport Master Plans for the FAA. RS&H also helped review a draft R66Hnuth"ed FAA AdvisoryCffCUW750/5o,o- version of FAA Order 1050.1F(Environmental Impacts:Policies and Procedures) 6A Airport Moser Plans fw the FAA and RS&H submitted comments to the FAA.In addition, RS&H was contracted by the US Department of Transportation to prepare a handbook to administer the Small Community Air Service Development Program.It is this commitment to active participation during the development of regulations and standards that gives RS&H more than just a familiarity with the applicable requirements,and we will use this knowledge to secure maximum funding for the City of Palm Springs. Additionally, RS&H makes it a point to hire professionals with federal regulatory experience.For example, RS&H offers to our clients the services of Mr. RS&H staff Includes Jim Borsari,the former National Program Manager of the FAA's Airport individuals who have Improvement Program.Mr.Borsari had 34 years of FAA experience before worked for the FAA. retiring and joining RS&H. During his tenure at the FAA he co-authored the Airport Improvement Program Handbook and recently completed an update We go beyond a to it in September 2014, FAA Order 5100.38D,Airport improvement Program working knowledge Handbook.Mr. Borsari's experience with the federal grant process is a crucial of FAA procedures, element of the RS&H Team's ability to work with the FAA to find sources of funding and to help expedite reviews of important documents as necessary. working directly Another RS&H associate that brings value-added FAA experience is Mr.Ed with the FAA to Melisky.Mr.Melisky wrote FAA Orders 1050.1E and 5050.413 and the Desk solve problems and Reference for Airport Actions,as well as FAA Advisory Circulars addressing wildlife funding, hazards to aviation(150/5200-33)and airport master planning(150/5070-6B, Environmental Considerations chapter). In 2015. he reviewed the draft version to update FAA Order 105.1E and submitted comments to the FAA to create FAA Order 1050.11F.Mr. Melisky has organized and taught numerous workshops and courses addressing airport-related environmental issues throughout the nation.He has been instrumental in the effort to integrate airport planning and environmental requirements. He brings value to the City by providing strategic approaches to compliance with national and state environmental requirements and regulations and for providing quality assurance/quality control(QA/QC)on environmental review documentation.He has more than 35 years of experience in matters STATEMENT OF QUALIFICATIONS NO.06-17 I ON-CALL AVIATION CONSU_TING SERVICES 29 RSW FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications addressing the National Environmental Policy Act(NEPA)and many other Federal environmental laws and regulations addressing Federal actions. RS&H is a leader in the aviation industry,having participated in the preparation of countless industry leading documents and guidelines. RS&H associates help lead the industry in numerous important positions, including holding board and senior level positions at both the national and chapter levels for the American Association of Airport Executives(AAAE), past chair of Airport Consultants Council(ACC),and Associates Board member with the Airports Council International-North America(ACI-NA). An example of this is RS&H Proposed Quality Manager,Jeff Warkoski, PE, is the incoming Chair of the Engineering Committee for ACC,as well as an active member on the ACI Operations and Technical Committee. He was chosen by ACC to be an advisor to FAA Draft AC 150/5300-13A,Airport Design. RS&H's clients significantly benefit from this industry participation and through leadership. D.2 TWO EXAMPLES OF SPECIFIC AIRPORT PROJECTS THAT DEMONSTRATE THE FIRM'S ABILITY TO REMAIN WITHIN THE CLIENT'S BUDGET Rehabilitation of Runways 8-26 and 15-33, Hollywood Burbank Airport RS&H was selected to provide design and construction phase services for the rehabilitation of Runway 8-26 and Runway 15-33 at Hollywood Burbank Airport,with a separate construction package developed for each runway.The rehabilitation of the runways consisted of removal and replacement of the asphalt affism.— pavement and a portion of the base course.The project was designed with a The Runway Rehabilitation at BUR was designed on budget and on schedule detailed construction sequencing plan that enabled the runway rehabilitation to be performed exclusively during the night,and allowed the runway to be opened each morning.This sequencing plan allowed the airport to keep each runway open without disrupting any airport operations.The designs for both runways were completed on budget and on time to meet the FAA funding deadline. RS&H was able to work with the contractor during construction to improve the efficiency of work to reduce the construction time,and meet the construction budget of the Runway 8-26 project(Runway 15-33 is currently under construction).By working with the contractor during the pavement test strip at the beginning of the construction phase,RS&H was able to allow the contractor to The Runway B-26 Rehabilitation at BUR was completed ahead or schedule and under the prove that the contractor could reconstruct over 100 feet of runway width without ori'in.1 conswctian budget sacrificing pavement quality or runway safety.The improved paving plan included a pavement section that had fewer temporary ramps and construction joints, which reduced construction duration.The result was a superior runway pavement, completed ahead of schedule and under the original construction budget. It1#ICI kF`!' Rehabilitation of Taxiway J, Long Beach Airport RS&H provided construction management and inspection services for the rehabilitation of Taxiway J.The project was designed by in-house airport staff and consisted of the full depth reconstruction of a 6,000-foot taxiway. RS&R provided construction management The taxiway crossed three runways,was parallel to a fourth runway, and was services for Taxiway J Rehabilitation at LGB 30 STATEMENT OF OUALIFI CATIONS N0.06-17I ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSM Exhibit B - RS&H Statement of Qualifications adjacent to Boeing,Gulfstream,general aviation,and city and county helicopter operations.The project required significant coordination with all stakeholders, including the FAA,to maintain the construction schedule without adversely affecting airport operations. RS&H worked with the contractor and the airport to agree on the interpretation of the plans and specifications. By meeting regularly throughout construction, tuft , and holding special meetings as necessary,RS&H was able to support Taxiway J Rehabilitation at LGB wos completed collaborative solutions to each construction issue. RS&H's actions to proactively oa time and under budget solve each issue allowed the contractor to maintain its production volume and meet the construction schedule.The project was completed on time and under the airport's construction budget. D.3 RS&H'S PAST EXPERIENCE AND SUCCESS WITH DBE PARTICIPATION CONTRACTS RS&H has a strong corporate commitment to the local disadvantaged business Over the past community.Over the past decade,RS&H has aggressively searched for and decade, RS&H has worked with 120 Disadvantaged Business Enterprise(DBE)firms resulting in aggressively searched more than $55 million in fees being paid to RS&H's DBE partners. Our formal policy and corporate culture is to involve Disadvantaged Business Enterprise and worked with (DBE)firms in meaningful project task assignments.This policy is pursued 120 Disadvantaged aggressively by Aviation Project Managers as they continually seek qualified firms Business Enterprise to supplement the team's capabilities. (DBE) firms resulting in The selection process for DBE firms for any project assignment is based on the more than $55 million particular strengths of those firms, unique project elements or specific firm representatives. Each specialty team member selected for an assignment is in fees being paid to included in team meetings and progress meetings with the client and is exposed RS&H's DBE partners. to the RS&H project management and delivery system.They are directly involved with the overall project quality control program and are held accountable for the quality of their particular assignment.In the table below,you will find some specific examples of projects where RS&H met and exceeded the DBE goal. For the proposed DBE breakdown specific to this contract with the City of Palm Springs, please refer to section B, Firin L&BE— ACTUAL RS&H was awarded I, AIRPORT/PROJECT GOAL DBE% - - the 2013 Professional Austin-Bergstrom International Airport,Consulting 31.6% 41.0% Houston Airport System,On-Call Services 24% 407 Service Prime °� Fort Lauderdale-Hollywood International Airport,Airfield Mods 29.7% 33.7% Contractor of the San Antonio International Airport,Consulting Services 30% 30.5% Year by the HAS Detroit Willow Run Airport, General Consulting 22% 28.2% Office of Business Tallahassee International Airport,Runway 24,45% 24.85% Opportunities. This Gainesville Regional Airport,ALP Report 10% 23.9% was based on HAS's MBS International Airport, New Terminal Development 5.0% 17.5% goal of 24.0%. RS&H Phase 10 Construction Flint Bishop International Airport,Taxiway A and T-Hangar ° ° exceeded the goal Area Rehabilitation 4.3k 13.1/ with 40,7% In DBE Raleigh-Durham International Airport,General Engineer On-Call 10% 12.2% participation. R/� rJ STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES 31 SM FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications D.4 PROJECT MANAGEMENT TOOLS RS&H has experience RS&H values effective communications using technology, as appropriate, with a variety of to increase efficiency and ensure 24/7 accessibility for all critical project project collaboration components.RS&H has considerable success in establishing project spect ic tools including websites to provide project collaboration services on a large scale.Web and portal technologies with multiple layers of security allow easy access based on AUtODesk'S BUZzsaw, information and participation requirements for Airport management,RS&H Bentley's Projectwise, project staff, partners,team members, subconsultants,and other interested and NewForma, which parties including the general public, if desired.Coordination of project information is enhanced through email notification when information is posted we will utilize to meet or files are added or changed.Sophisticated calendar features and options project objectives ensure project scheduling is managed effectively. for the City of Palm RS&H has experience with a variety of project collaboration tools including Springs. AutoDesk's Buzzsaw, Bentley's Projectwise,and NewForma,which we will use to meet project objectives for the City of Palm Springs.Secured FTP services are used extensively for the exchange of project engineering reports,large design files,construction coordination and other related project information. Upon approval by Airport Program Management, RS&H will develop a project specific RS&H's Cost website for project management, information sharing, design collaboration and production,construction coordination and documentation,and team activity Estimating and tracking and reporting,and promote project and team success from project Scheduling initiation through close-out. subconsultant, RS&H's Cost Estimating and Scheduling subconsultant,Connico,uses scheduling Connico, utilizes software programs Primavera P6 and Microsoft Project.Connico is highly scheduling software experienced in preparing complicated and tight construction schedules with multiple phases that would require completion by a fixed deadline. Connico also programs Primavera has experience in preparing probable construction schedules during the planning P6 and Microsoft and design phase of projects. Project. D.5 PREVIOUS CONTRACT OF SIMILAR SIZE AND SCOPE RS&H was selected by the Burbank-Glendale-Pasadena Airport Authority to provide a wide variety of projects at Hollywood Burbank Airport(BUR).While not an on-call general consulting contract,the variety of projects simultaneously underway demonstrates RS&H's ability to meet or exceed the criteria outlined in _ section D.5(a)through D.5(g)of the Palm Springs International Airport On-Call Aviation Consulting Services RFO. r „ BUR offers similarities to PSP in that both airports are served by the same FAA Airport District Office, have similar passenger traffic levels when adjusted for Hollywood BvrbonX Airport seasonality,are relatively space-constrained facilities, have very efficient and lean staffing, and expect excellent services from their consultants. Services Overview Our services over the past two years at BUR included preparation of the CEQA documentation and preliminary design support services for a$400 million 14- gate replacement terminal complex.Additional services included the design, bid, and construction administration services to reconstruct both of BUR's asphalt air 32 STATEMENT OF QUALIFICATIONS NO.06.171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RS&H Exhibit B - RS&H Statement of Qualifications carrier runways,as well as a stand-alone runway shoulder reconstruction project. BUR offers Similarities As we do with all of our clients, RS&H worked diligently with BUR staff to to PSP in that both fully understand the issues associated with each project and the Authority's airports are served overarching goals and objectives.This well-rounded approach to each assignment yielded results that achieved the Authority's goals in a smooth and by the same FAA efficient manner without overburdening BUR staff. Airport District Environmental services Office, have similar RS&H prepared an EIR for the replacement terminal complex at Hollywood passenger traffic Burbank Airport.The EIR covered all aspects of the project,which included a replacement 14-gate terminal, parking garages,new access roadways, airfield levels when adjusted improvements,demolition of the existing terminal and parking garage, and other for seasonality, are related landside development.Major issues covered in the EIR included air quality, relatively space- noise,surface traffic,floodplains,cultural resources,and a robust analysis of constrained facilities, cumulative impacts due to other proposed developments in the airport vicinity. Any improvements at the airport have been controversial for more than 20 have very efficient years and, because of a voter initiative in 2000,the project required approval and lean staffing, from Burbank citizens.As a result, RS&H was required to complete the EIR and expect excellent in an aggressive schedule(eight months from the start of the project to the certification of the EIR)to meet all regulatory timelines for including the project services from their on the election ballot for November 2016.The voters in Burbank approved the consultants. project with a 70%"yes"vote. Architectural and Civil Engineering Services RS&H also provided preliminary design support services for the$400 million, 14- Projects: gate replacement terminal complex concurrently with the CEQA work described above.These services included validation of the existing programming documents, V CEQA: 14-Gate advancement of alternative concepts for the terminal, parking structures,apron, Replacement Terminal roadways,and select support facilities.The effort included multiple iterations and Complex refinement of the functional layout of all facilities,and preliminary engineering ✓ Preliminary Design sufficient to assure constructability of the terminal complex on a sloped site.The Support: 14-Gate client's aggressive three-month schedule was achieved,and the project received Replacement Terminal appropriate jurisdictional approvals from the City of Burbank. Complex Airfield Engineering Described in detail in Section D.2, RS&H's third major effort for the ✓ Engineering Design: Burbank-Glendale-Pasadena Airport Authority during this time period is the Runway 8-26 reconstruction of Runway 8-26 and Runway 15-33, including shoulders and the Rehabilitation Engineered Materials Arresting System (EMAS)installed on the RW 26 end. In ✓ Construction Phase a multi-year, multi-contract effort beginning with the runway shoulders, RS&H Services: Runway 8-26 has provided construction documents, bidding assistance,and construction administration and quality acceptance testing for BUR's two air carrier runways. `� Construction Phase The shoulder reconstruction was completed on time and within budget in 2015, Services: Runway 15-33 The Runway 8-26 and EMAS reconstruction successfully bid in the spring of 2016, and was completed in the spring of 2017 on time and within budget. Runway 15-33 successfully bid and work will be ongoing through the summer of 2017. In keeping with the Airport's operational needs,all work is undertaken at night,and the airfield is completely operational during the day. Avoidance of day time closures assured no interruption in airline operations. STATEMENT S^IN INTERNATIONAL AIRPORT AVIATION CONSU'_TING SERVICES 93 RUH FOR ALM SPRING Exhibit B - RS&H Statement of Qualifications Successful simultaneous completion of these three major efforts for the RS&H staff Burbank-Glendale-Pasadena Airport Authority demonstrates the strength of communicated RS&H's full service capabilities.We were able to staff the assignments with highly skilled and experienced staff working within their respective architectural, Internally across the civil, planning,environmental,and construction management disciplines. But three major BUR more than just excelling technically,our staff communicated internally across assignments to the three major assignments to assure the client was not overburdened and our services were provided seamlessly.Select highlights from the projects are assure the client was summarized in the following sections. not Overburdened D.5(a) Responsiveness and attentiveness to client needs:RS&H exceeded and our services were BUR's schedule expectations in both the CEQA and preliminary design support provided seamlessly. for the 14-gate replacement terminal complex. All deadlines were met, and the RS&H team completed the projects to the client's satisfaction. D.5(b)Creative and problem solving ability:There are numerous examples of RS&H's problem solving ability,but one outstanding example was our team's ability to assist BUR in developing workable preliminary plans to develop the new terminal RS&H ATTRIBUTES complex on two competing alternative sites.Both sites are highly constrained,and our team worked hand-in-hand with the client to layout roadways,parking structures, terminal floor plans,and aircraft apron to meet the programmatic requirements, code restriction, FAA standards,industry best practices,and owner preferences. Client Attention D.5(c)Knowledge and understanding of the latest trends and systems used by other airports:RS&H engineers are industry leaders and quickly addressed the Creativity reconstruction of the Engineered Materials Arresting System(EMAS)installed on the RW 26 end at BUR.Because FAA now recognize two manufactures of the EMAS material,RS&H worked closely with the owners, FAA in DC,and the manufactures to Industry assure the project proceeded smoothly through bid and construction. D.6(d)Analytic and diagnostic capability:RS&H's CEQA effort for the BUR 14-gate replacement terminal complex required extensive analytic,diagnostic, Technological and modeling to determine the possible impacts of the planned development on Capability two alternative sites.An indicator of the quality of this analysis is the fact that no substantial comments regarding the underlying analysis were issued by the reviewing agencies and public during the course of the CEQA process. n 116(e)Oral and written communication skills and D.6(f)Interaction with client's organization: BUR's success with RS&H's CEQA effort and preliminary Fiscal Sensitivity design support for the 14-gate replacement terminal complex rests heavily on our ability to communicate effectively and interact with client's organization, The extremely compressed schedule for this work required daily interaction between CLIENT SUCCESS RS&H and Airport staff.Weekly working sessions were the norm,and RS&H staff worked side by side with Airport staff to solve issues on the spot,and advance the schedule.The CEQA document itself received very few comments related to the quality of the written document,and the FAA Western Region Office has reviewed the document and informally commented on its high quality. D.6(g)Project Funding.While RS&H has industry leading FAA AIP Grant and PFC specialists, Burbank relied on its internal experts for these projects.However,their job was made much easier by the fact that our designs for the reconstruction of the two air carrier runways,shoulders,and EMAS were fully compliant with FAA AIP requirements,and were bid and constructed on schedule and on budget. 34 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSUL-ING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSM Exhibit B - RS&H Statement of Qualifications E, WORK PLAN OUTLINE Palm Springs International Airport has the unique distinction of a very high seasonal peak,accommodating approximately 70 f , percent of passenger traffic between December and May.This peak period �- r 4P A 709E of traffic Dec.to May places demands on the passenger terminal, Aircraft parking limits expansion rental car facility,and parking that WOUId Bag Claim over-capacitytypically be associated with airports with more than double the number of annual :< - Respect historical fafade passengers.The Airport's passengers are Bag Claim visual connectivity to also very heavy rental car users.At over exterior and View Axis 200,000 rentals per year, PSP is a leader in Preservation of view Axis rentals per annual enplanement. RAC Ready/Return undersized Airport leadership envisioned CBP&USO limit expansion improvements to the Airport's bag lobby, rental car service counters,and rental car ready/return area as part of the PSP Master Plan, and have included a variety of projects in the ACIP to make the Master Plan vision a reality. As instructed in the Request for Qualifications,the following section focuses on the targeted 2019 ACIP project"Design Terminal Capacity Baggage System." Mr. Iskra brings We understand that the expansion of the Baggage Claim Area is the ultimate nearly 20 years of goal,but the steps required to attain that end goal must be carefully planned aviation experience and scheduled to ensure that the passenger experience at PSP is never as client manager, compromised during each step of this project sequence.The following work plan demonstrates our knowledge and experience of this process and how RS&H is project manager, the most qualified firm to undertake the design of this project for PSP. project coordinator, E.1 KEY PERSONNEL, RESOURCES, AVAILABILITY project architect, Leading the efforts of the proposed work plan will be Mr.Dennis Iskra,who and designer, which will serve as your Project Manager. Mr.Iskra brings nearly 20 years of aviation means PSP will get experience as client manager, project manager, project coordinator, project an expert resource architect,and designer,which means PSP will get an expert resource to help you to help you solve any solve any problems. Mr. Iskra and the design team have a thorough understanding of the required project elements that must be completed in a sequential order in problems, order to allow PSP to operate properly during each phase of this project. Key personal,detailed in Section C,will be 100%available for PSP as needed during the 2019 design phase and 2020 construction phase.These key personnel include: All personnel will be Michael Spitzer,Architectural Task Manager 100% available as v Jeff Reddy,Construction Management Task Manager needed. u Frank Gratton, Architectural Design Lead R/� /J STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES 3S `r\M FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Rod Sepulveda,Architectural Production and BIM >> Gene Grosz,Architectural Production and BIM >> Kendall Barstad,Architectural Production and BIM Druce Joslin, Structural Engineering Manojit Sinha, Mechanical Engineering v Lester Jung, Electrical Engineering Calvin Trudeau, Baggage System Task Manager >> Joe Jackson, Project Officer » Jeff Warkoski, Quality Manager Mr. Iskra has a long history working with the entire project team,and has a long, proven track-record of effectively and successfully delivering projects on time and on budget. E.2 WORK PLAN/METHODOLOGY Project success begins with project planning. Mr. Iskra will meet with PSP staff to fully understand all the specific project requirements.After this meeting, Mr. Iskra will prepare the Project Work Plan (PWP).The PWP establishes the framework for project execution including resource allocation, budget,schedule,organization, design criteria, and procedures needed to successfully administer, monitor, and control the project. ® :.gt.t• clairn The Ouloth IntenadonafAmpotTe noiFojectie*don a weH<aordMMdmWn toed n the successfulblend of ae hetics andtechnicolpmfarmonce. Preparation of a PWP is a mandatory function of the Project Manager, required by RS&H Standard Operating Procedures, and is enforced by the Project Officer, who will review the plan prior to distribution to the team.The PWP is an important tool that is actively used in executing the project.It communicates all key information to the project team, is the focus of the team's internal kickoff meeting,and is updated regularly and redistributed to all team members as the project progresses.A typical RS&H PWP includes the following chapters that distribute baseline information and give guidance to all team members. 36 STATEMENT OF QUALIFICATIONS NO.06-17I ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSM Exhibit B - RS&H Statement of Qualifications 1. Introduction—Includes background,objectives,and client and project goals. 2. Project Organization—Includes associate assignments,responsibilities,and correspondence. 3. Scope of Work and Contract Documents—Includes the project scope,graphical project limits, master agreement,work orders, and team member contracts. 4. Project Schedules and Deliverables—Includes design and anticipated construction schedules,anticipated phasing plans,and checklists for deliverables to the client. 5. Project Budget and Performance Control—Includes overall budget,work breakdown structure, project control baseline,and progress assessment. 6. Project Design Procedures—Includes design criteria summary,access to project site,drawings/exhibits,sheet list, outline technical specifications, construction cost manual,design reviews, and quality assurance/quality control. 7. Project Administrative Procedures—Includes project files, network directory structure,and data distribution. During development of the Project Work Plan,all key and support staff will be assigned to the project for the entire duration.This will commit each individual to the project by scheduling the number of hours per month required for each staff person working on the project.This provides for the continuity of design staff and prevents the staff from being assigned to other projects in excess of their remaining time available.As the project progresses,the work plan will be regularly updated to ensure projected staff assignments are consistent with production requirements.This process ensures the staff is assigned and available to work on the project for the entire duration.Coordination of the work will ultimately be the responsibility of Mr.Iskra. However,Task Managers will be assigned the responsibility of coordinating various elements of the design effort.These Task Managers are accustomed to leading design teams of multiple disciplines on similar aviation project assignments.The success of our staff continuity approach cannot be overstated.RS&H has consistently developed and delivered terminal design projects, nation-wide,on-time and under-budget. r Y I t The Projectt Work STATEMENT OF QUALIFICATIONS NO.06-171/Non for the Springfield-Bronson Nado"Awpo Terminal freed the teo to achieve imMez w rmtft RSAJrk I FOR PALM SPRINGS INTERNATIONAL A RPORTON-CALL AVIATION CONSULTING SERVICES 37 Exhibit B - RS&H Statement of Qualifications The key elements for successful PWP implementation are: Investigation—Investigate field conditions to confirm the extent of the work plan, existing conditions, and limitations. Project Meetings— Review data,confirm design, and address work plan questions or challenges. Minutes of decisions made at these meetings are circulated to the team and all project stakeholders as identified by PSP. Technical Design Memorandum—Summarize field investigations and detail the agreed upon technical approach. Design improvements are addressed with options and decisions recorded. Project Meetings Two types of team meetings will be held throughout the design stages of each RS&H has developed assignment:Internal Design Team and Project Development Team meetings. a number of project The Internal Design Team meetings will be held regularly within the design team to coordinate efforts between the various task leaders.These meetings management tools will focus on the work being accomplished that period and the next steps to that will be used on be taken by the design team.PSP staff is welcome and will be invited to attend PSP Airport projects. these meetings throughout the design process. Regularly scheduled internal It is important that design team meetings will provide for frequent and direct interaction between the different disciplines.These meetings will occur biweekly throughout each the Project Manager assignment,and will include all key personnel. advises other The Project Development Team meetings will be held weekly throughout each pertinent parties of project assignment.These meetings will include all necessary stakeholders the project's progress on the project,as required.They will also be conducted to review progress, and foresees potential raise questions,define constructibility challenges,and agree to a construction schedule.These meetings are also intended to maintain continuity of the design difficulties before they and ensure schedule compliance.Additionally,these meetings will be forums Impact the project. for discussions of materials, optional construction methods,and construction sequencing.Minutes of the meetings shall be prepared and distributed to maintain open and continuous lines of communication. E.3 MANAGEMENT RS&H has developed a number of project management tools that will be used RS&H knows it is on PSP Airport projects.It is important that the Project Manager advises other important that the pertinent parties of the project's progress and foresees potential difficulties before they impact the project.This will be done by developing a detailed PWP, Project Manager which documents internal procedures and controls to accomplish the project advises other objectives by organizing the project into discipline specific elements of work pertinent parties on a manageable scale. Included in the PWP is the Work Breakdown Schedule of the project's (WBS),which breaks down the total project scope into smaller tasks that can be easily monitored and controlled based on budget,cost, and schedule. progress and foresees The WBS is used for assignment of work effort,design budget and cost control,and potential difficulties forms the structure of the project schedule.The level of detail in the WBS will be before they impact based on similar projects of comparable scope previously completed by the team, the project. The WBS breaks down the total project into three levels of detail.The WBS first divides the project by design deliverable(Pre-Design, 30%60%90% 100%, Final Design). Each task is included in the project schedule,has a budget for completion 38 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSW Exhibit B - RS&H Statement of Qualifications rt. 1 � R56NY project manogement capabilities can accommodate very complex bWprojects such as the Jacksonvitle International Airport outbound bag system illustrated here. consistent with the overall project budget and is tracked for progress on a percent complete basis.This comprehensive method ensures that a plan exists to: Control project from inception to completion » Provide for timely monitoring of cost data, budget status, and schedule status, Allow early identification of potential issues u Provide for action by the Project Officer as needed » Ensure the project is completed on-time and on-budget.This process ensures the Project Manager always knows the current project status and reports accurate project progress to PSP and the project team E.4 CRITICAL PATH ITEMS AND PLANNED RESOLUTION Each phase of this project will have critical path issues that will need to be closely coordinated with the Airport and affected stakeholders.The proposed phasing sequence begins with the front of the terminal building by removing the rental car counters and offices,then proceeding with renovation/expansion of the baggage claim area, one carousel at a time,from periphery towards the core of the building.Also,by limiting construction to one carousel at a time, or an area of approximately one-third of the total existing bag claim lobby,significant impact is reduced to airport operations and passenger convenience.This also allows potential structural seismic retrofits to occur in complete structural bay segments,ensuring the least possible impact to the overall construction schedule.Additionally,careful consideration of the historic nature of the terminal building far ade and other building elements will be provided. STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSU_TING SERVICES 39 R FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications The main phases proposed for construction are: 1.Phase 1A-Removal of Rental Car Counters:Phase 1A will Phase 1A—Reclaim RAC Spaces remove the rental car counters from the terminal,creating an immediate impact on the overall area available for baggage claim and 311 • opening the terminal front falade.This phase will also require the greatest consideration towards the historic character of the terminal fai;ade.The design will focus on ensuring that any impact from this I I phase and subsequent phases maintains an adherence to the historic I character and detailing. remove the existing baggage claim 3 device, rehabilitate lobby F n shee — 2.Phase 1B-Baggage Carousel 3 Modifications:Phase 1B will tation Upgrade(sequenced) finishes,expand the exterior canopy over the bag belt,and reinstall a new,free-standing baggage claim carousel. 3.Phase 2-Baggage Carousel 2 Modifications:Phase 2 will Phase 18— Bag Claim 3 Work remove the existing baggage claim 2 device, rehabilitate lobby I . finishes,and reinstall a new,free-standing baggage claim carousel. [i 4.Phase 3-Baggage Carousel 1 Modifications:Phase 3 will I I ; r remove the existing baggage claim 2 device, rehabilitate lobby finishes,and reinstall a new,free-standing baggage claim carousel. Each of these phases will require careful delineation of the limits of work and detailed consideration of the impacts to operations and -- - existing building systems. As a result,at each weekly project meeting DRehahi and as work progresses,a review will be performed of the proposed L-----_Finishess Upgrade ade(sequenced) elements being affected by the proposed construction directly with PSP staff. As impacts are identified,this close collaboration process Phase 2—Bag Gaim 2 Work will allow the design to progress and quickly adjust in a manner that eliminates any"surprises"or potential issues as early in the process as possible. Ultimately,the intent of the RS&H team is to work hand-in-hand i with PSP staff,to identifying issues before the design progresses too far,and to reduce the overall impact to the passenger experience and airport operations. Rehabilitation -------;Finishes upgrade(segtamced( Phases Complete L------ I • 1 --_ Phase 3 — Bag Claim 1 Work I • Ul I I Rehabilitation r ;Finishes Upgrade(sequenced) 40 STATEMENT OF OUALIFICATIONS NO.06-171 ON-CALL AVIA?ION CONSU'_T.tNG SERVICES /a► FOR PALM SPRINGS INTERNATIONAL AIRPORT R Exhibit B - RS&H Statement of Qualifications PSP's proposed schedule for the project is achievable(design starts spring of 2019 and construction starts May 2020 and complete before December).The following outline schedule follows a typical design,bid,build construction sequence,and provides insights regarding schedule opportunities and risks. » Sufficient duration for an effective,well-coordinated design effort is available if design NTP is provided in February 2019.The schedule can easily be met with a later design NTP if the Team remains focused on schedule and quickly resolves with PSP any design matters. » The bidding phase is oriented to receive bids prior to the third week of December.RS&H experience indicates that the contractor community is less responsive to bids due over the Christmas and New Year holiday weeks. » The bidding phase does include slack time to assure permitting and any required City approvals. » The construction phase includes an extended Contractor Mobilization to allow for the long lead-time procurement associated with the three bag claim devices.The actual construction phases are compressed to meet PSP's schedule objective,and early procurement of the bag claim devices is essential to achieve the compressed schedule. PSP Baggage Project 019 2020 we w ACTIVITY ieb Mer Apr Mey lun lul Aug Sept.0�[ Nov Oec Jan ie6 M11ar Apr AYy Jun Jul Auy Sept O,1 Nov PSP/l Project Kickoff 1 1 Schematic Design 2 8 Design De Iopment 10 8 11 Comtmction Documents 18 14 Permitting and City Approvals 32 6 Final Bid Documents 38 2 Bid ant Award 40 6 Negotiate and NTP 46 7 Contractor Mobilbatiom 53 13 Phase lA-RAC Reclaim RAC Space 6S 5 Phase 1B-Bag Claim 3 Work 70 B Phase 2-Bag Claim 2 Work 7B B Phase 3-Bag Claim 1 Work 86 B WE Final Acceptance and Cbse Out 94 2 RS&H's experience with similar work indicates there may be three areas of schedule risk on the project. 1.Unforeseen building conditions, particularly compliance with current seismic code. 2.Extensive coordination with the City of Palm Springs Planning Commission Architectural Advisory Committee regarding even subtle modifications to the building fagade. 3. Inexperienced general contractor unable to meet the accelerated construction schedule. If selected to undertake the project, RS&H would recommend to PSP several actions to mitigate these risks. Prior to project design,RS&H would conduct an intensive investigation of the existing building including structural review by RS&H's licensed and qualified California structural engineers to assure any latent issues are appropriately documented.This will allow modification of the design scope to assure all issues are addressed during design. Given that the PSP terminal facade is designated historically significant,the RS&H team includes architectural historians to advise the design to conform to the intent of the exiting NEPA and CEQA documents for the terminal project,and would propose to PSP an early outreach program to assure appropriate approvals in a timely manner. STATEMENT OF QUALIFICATIONS NO,06-17 1 ON-CALL AVIATION CONSU TING SERVICES 61 RSW FOR PALM SPRINGS INTERNATIONAL AIRPORT Exhibit B - RS&H Statement of Qualifications Finally,the accelerated construction schedule will challenge an inexperience or less-than-well prepared general contractor. Construction Manager at Risk(CMAR) is an approach to address this area of schedule risk.CMAR would allow PSP to hire the best qualified construction firm.That firm then joins the design team prior to the development of Construction Documents and advises the team on cost and constructability matters.A quality contractor's participation in the final design phase-and their ultimate buy-in to the scope and schedule-will significantly reduce the schedule risks imposed by a more traditional design, bid, build process.If agreeable to PSP, RS&H would facilitate the CMAR selection process as we have done for many of our clients. E.5 RECENT SIMILAR r Ka PROJECT Jacksonville International Airport, Jacksonville, Florida Ticketing and Baggage Claim Area h� Expansion, Rental Car Relocation, In-line Baggage Screening y % System, Parking Lot,Parking f Garage Expansion and Concourse 4 I Replacement. The above listed work is part of the overall Terminal Expansion/Renovation at Jacksonville International.The focus of this discussion is expansion of the low Airport's baggage claim area,with the expansion of the baggage claim - '- hall, replacement and enlargement of six existing baggage claim carousels and installation of two additional carousels. Rental car offices and counter locations were relocated and enlarged,in addition to the addition of the USO lounge. Pedestrian access to the rental car ready garage was modified/upgraded with moving walkways and escalator access. Ticketing, passenger screening,holdrooms,airline lounges,and other ancillary areas were relocated/expanded throughout the overall Terminal Expansion/ Renovation implementation process. E.6 PROJECT BUDGETING AND COST ESTIMATING WITH RESULTS Jacksonville International Airport, Jacksonville, Florida lip Ticketing and Baggage Claim Area Expansion, Rental Car Relocation,In-line Baggage Screening System,Parking Lot,Parking Garage Expansion and „ck „„e,,,,i ,,.;,,,2,., :, Concourse Replacement. ® -AW The overall Terminal Expansion/Renovation project's capital budget was$280 million and was completed in 2012 at an actual cost of$214.5 million. --' The Ticketing and Baggage Claim Area Expansion, Rental Car Relocation, In- 4 line Baggage Screening System,Parking Lot, Parking Garage Expansion and Concourse Replacement work was included in two overall phases of work entitled "Pedestrian Circulation improvements" and"Stage 1 Baggage/Ticket Expansion &EDS/BHS System"that included: ,acksunv;,,e,nternet(una)Ar p n 42 STATEMENT OF QUALIFICATIONS NO.06-171 ON-CALL AVIATION CONSUL-ING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT RSSH Exhibit B - RS&H Statement of Qualifications » Expansion of baggage claim halls to double capacity of baggage claim Jacksonville International carousels,expansion from 6 standard carousels to 8 total,of which 4 were Airport Contact: converted to widebody sized belts. Bob Molle,Director of » New in-line baggage screening and scrtation system Planning and Development » Car rental counter relocation and expansion Jacksonville Aviation Authority » Rental ready lot reconfiguration » 14201 Pecan Park Road Pedestrian access core and roadway crossings Jacksonville, FL 32218 The program's overall estimated budget at the time of start of design,the (904)741-2015 guaranteed maximum price(GMP) proposed by the construction manager at risk and the final, actual cost for the particular phase of the project. Note that the Bob.Molle@FlyJacksonsville. comparable work was completed in the "Pedestrian Circulation improvements" Com and"Stage 1 Baggage/Ticket Expansion&EDS/BHS System" phases.These phases were budgeted at $63.0 million and were completed at$62.2 million. JIA Terminal Expansion Project Record Uonstruction Design Substantial Months Project Compnent/Stage Budget GMP Actual Cost Start Completion Duration Remarks Economy Parkin Lot $2,930,000 $2,930,000 $2,822,000 Ma -01 Nov-01 6 2400 Space Parking Structure $25,000,000 $25,299,000 $24,447,000 Se -01 Nov-02 14 First 1200 Spaces A r-03 19 Completion Pedestrian Circulation improvements $10,000,000 $9,807,000 $9,889,000 Au -02 Oct-03 14 Stage 1 BaggagerFicketing Expansion& $53,000,000 $52,226.000 $52,344,000 Oct-02NNov-06 25 BuildingProject EDSIBHS System Nov-0314 EDS System Stage 2 Centralized Security $25.000,000 $25,043,000 $24,440,000 Au -0515 HBS Renovations $17,000,000 $18,173,000 $18,173,000 Au -0720 Stage 3 Concourse Replacement (excludes a ron $70.000.000 $70,000,000 $82,400,000 Feb-0761 Total CM-at-Risk Projects to Date $202,930,000 $203,478,000 $214,515,000 Owner's Capital Budget $280,000,000 Capital Budget Remaning: $77,070,000 RS&H achieved the solid budget performance using our in-depth cost estimating process.This process requires frequent checks of the potential cost of a project, and frequent discussion with the client and the design team to adjust the project as necessary to ensure the design does not exceed the project budget. In the RS&H process,budgets are developed in two steps.The initial step involves general team experience during the preliminary concept phase to determine a rough-order of magnitude cost. After the establishment of a concept design,an independent cost estimator is employed to develop a more detailed cost model based on known design direction and anticipated design intent.At multiple milestones,including the completion of schematic design, design development,and construction document phases,the independent cost estimator is once more employed.At each milestone, based on the resulting cost estimates,the design team and the owner collectively adjust the design in order to ensure adherence to the project budget.We believe this process will also provide PSP similar positive results. STATEMENT OF QUALIFICATIONS NO.O6-17I ON-CALL AVIATION CONSULTING SERVICES 43 RSW FOR PALM SPRINGS INTERNATIONAL AIRPORT EXHIBIT "C" SCOPE OF SERVICES General Scope of Services for "On-Call' Services —Consultant shall provide as-needed On- Call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Phase Management Services, and other Aviation Consulting Services for various Airport Projects as assigned. The scope below represents services that are anticipated to be necessary over the term. Each scope item is related in whole or partially to the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, and Project and Construction Management. All of the other more basic services like survey, testing, sampling, permitting and other ancillary project related tasks are considered inherent in any of the core disciplines. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. 1. Assist Airport staff and representatives in establishing project priorities, goals, objectives, means, and parameters for the required services with Planning, Environmental, Architectural Design, Engineering, Project and Construction Management. 2. Prepare all detailed plans, reports, analyses and schedules for meeting project planning requirements, including Airport Layout Plan conformance, Cost Benefit Analysis, SMS, FAA Risk Assessment, and environmental analysis and approvals. 3. Prepare schematic plans, then final plans and specifications in such form as to comply with the latest applicable laws, building codes, ordinances, and FAA Advisory Circulars, as amended and other applicable CALTRANS and/or FAA rules, regulations, and guidance. 4. Ensure that all applicable sustainability goals and local architectural requirements and processes are addressed with each project. 5. Prepare design documents, construction documents, and other required drawings, bid documents, as well as technical specifications describing the size, character, and quality of the entire project. Revise documents as needed to the satisfaction of the Airport or the FAA. 6. Prepare and submit itemized project cost estimates at the planning, design and construction phases. 7. Prepare addenda, interpret the construction documents, and prepare clarification documents. 8. Attend planning, preconstruction, pre-bid, and construction meetings as scheduled, and prepare and distribute meeting summaries. 9. Provide resident engineering management services to assure that the progress of the work, the caliber, scope, detail of construction, quantity and quality of materials and equipment, and the standard of workmanship conform to the intent of the architect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10. Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples, etc. and make recommendations to the Airport. 11. Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18. Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. The following list of projects are anticipated to be assigned to the Consultant during the term of this agreement: RS&H Projects • Construction management for the terminal ticket-wing renovations • Construction management for the rental car consolidated facility expansion and associated enabling construction projects • Construction management for the terminal gate expansion program • Construction management for the terminal baggage handling system replacement and facility modifications • Update of the Airports Layout Plan (ALP) and property schedule A • Construction management for miscellaneous airport building, rehabilitation or remodeling projects • Construction Management for ADA compliance projects • Independent Fee estimation for program development of other professional service contracts • Bid documents and specifications for other airfield equipment such as runway sweeper, friction testing equipment, wildlife hazard program • Other miscellaneous projects that are provided by RS&H consulting specialists EXHIBIT "D" 922. REQUIRED FEDERAL PROVISIONS, as amended by the FAA from time to time: a. In addition to the general requirements above, Federal laws and regulations prescribe that certain provisions be included in federally funded contracts, as specified below. For purposes of this paragraph, the term, "contract," includes subcontracts. For specific wording of contract clauses and solicitation provisions, please see the FAA Airports website at http://www.faa.gov/arp/financial/procurement/. (1) Civil Rights — Title VI. Appropriate clauses from the Standard DOT Title VI Assurances must be included in all contracts. The clauses can be found in Appendix 2 in Advisory Circular 150/5100-15, Civil rights Requirements in the Airport Improvement Program. (2) Disadvantaged Business Enterprises. Appropriate clauses from Title 49 CFR, Part 26 must be included in all contracts. (3) State Energy Conservation Plans. The contracts shall recognize mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). Sponsors should be advised to include their State's plans in contracts issued as a result of AIP grants. (4) Record Availability. Contracts must include a provision to the effect that the sponsor, FAA, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Sponsors shall require contractors to maintain all required records for three years after the sponsor makes the final payment and all other pending matters are closed. (5) Remedies. Contracts must allow for administrative, contractual, and legal remedies to instances in which contractors violate or breach contract terms and providing such appropriate sanctions and penalties. (6) Foreign Trade Restriction. All solicitations, contracts, and subcontracts resulting from projects funded under the AIP must contain the foreign trade restriction required by Title 49 CFR, Part 30, Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors. See the Standard Solicitation and Contract Language provided on the FAA Airports website b. All Contracts over$10,000. These contracts must contain provisions or conditions for termination for cause or convenience by the sponsor including the procedure and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated because of circumstances beyond the control of the contractor. c. All Contracts over $25,000. All solicitations, contracts, and subcontracts that exceed $25,000, shall contain the required provision from Title 49 CFR, Part 29, Government Department and Suspension (Non-contract procurement). Further, this provision will be inserted in all solicitation and contracts when the solicitation or contract is for auditing services regardless of amount. See the Standard Solicitation and Contract Language provided on the FAA Airports website. d. All Contracts over $100,000. Contracts in amounts in excess of $100,000 shall contain a provision which requires compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 7602, et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, Environmental Protection Agency regulations (40 CFR, Part 15), and Title 49 CFR, Part 20. Professional Services (A/E) Contracts Provisions for all A/E Contracts * Civil Rights Act of 1964, Title VI (MS Word, 27 KB) — Contractor Contractual Requirements — 49 CFR, Part 21 * Airport and Airway Improvement Act of 1982, Section 520 (MS Word, 22 KB) —Title 49 U.S.C. 47123 * Disadvantaged Business Enterprise (MS Word, 21 KB) —49 CFR, Part 26 * Lobbying and Influencing Federal Employees (MS Word, 19 KB) —49 CFR, Part 20 * Access to Records and Reports (MS Word, 20 KB) — 49 CFR Part, 18.36 * Breach of Contract Terms (MS Word, 21 KB) — 49 CFR Part, 18.36 * Rights to Inventions (MS Word, 19 KB) —49 CFR Part, 18.36 * Trade Restriction Clause (MS Word, 25 KB) — 49 CFR Part, 30 Additional Provisions for A/E Contracts Exceeding $10,000 * Termination of Contract (MS Word, 22 KB) —49 CFR Part, 18.36 Additional Provisions for A/E Contracts Exceeding $25,000 * Certification Regarding Department, Suspension, Ineligibility and Voluntary Exclusion (MS Word, 20 KB) — 49 CFR, Part 29 EXHIBIT "E" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE. Exhibit "E" a��`w; RUH ll California,Inc. Rate Sheet Through 12/31/2023 Effective through 12/31/2019 Effective through 12/31/2023 PROFESSIONAL SERIES Raw Rates FAR Average Raw Rates Overhead Average Cod ax lob Title Min M AvgOverhead Fixed Fee Multiplier Billin Rate Min Max Av -Rate Fixed Fee Multiplier BillingRate A01 Architect $23.10 S43.31 $34.53 169.59% 12% 3.02 S104.28 $27.02 $50.67 S4040 169.59% 12% 3.02 $122,01 A02 Architect II $25.41 $47,64 $37.99 169.59% 12% 3.02 S114.73 $29.73 $5573 S44.44 169.59% 12% 3.02 $134.21 A03 Architect III $33.82 $63.41 $50.56 169.59% 12% 3.02 $152.69 $39.56 $74.18 $59.15 16959% 12% 3.02 $178.63 A04 Architect IV $48.15 $90.28 $71.99 169.59% 72% 3.02 $21741 $56.33 $105.61 $84.22 169.59% 12% 3.02 $254.34 A05 Architect V $63.68 $119.40 $95.20 169.59% 12% 3.02 4267.50 $74.50 $139.68 $111.37 1 169.59% Engineer E01 Structural/Civil S23.10 $43.31 S35.01 169.59% 1 12% 1 3.02 $105.73 $2T02 S50o7 1 $40.96 1 16959% 1 12% 1 3.02 $123.70 Electrical/Mechanical S2541 $4764 S37.99 16959% 1 12% 3.02 $114.73 $29.73 ji S5573 1 $44.44 1 169.59% 1 12% 1 3.02 1 $134.21 Engineer ll E02 Structural/Civil $3074 $57.64 S45.96 169.59% 1 12% 3.02 $138.80 $35.96 1 $6743 1 $53.77 1 169,59%1 12% 1 3.02 1 $162.39 Electrical/Mechanical S33.82 $63.41 S50.56 169.59% 1 12% 3.02 $152.69 $39.56 $74.18 $59.15 169.59% 12% 3.02 $178.63 Engineer 111 E03 Structural/Civil $38.05 $71.34 $66.35 1 169,59% 1 12% 3.02 $200.38 $44.51 S8346 $77.62 169.59% 12% 3.02 $234.41 Electrical /Mechanical $42.80 $80.25 $63.99 1 169.59% 1 12% 3.02 $193.25 $50D7 $93.88 $74.86 169.59% 12% 3.02 1 $226.08 Engineer TV E04 Structural/Civil $48.15 S100.281 $90.66 1 169.59% 1 12% 1 3.02 $273.79 $56.33 $117.31 1$106.06 1 169.59% 12% $320.30 Mechanical/Electrical 1 $55.37 1$103.83 1 $82.78 1 169.59% 1 12% 1 3.02 $250.00 $64.78 $121.47 1 $96.84 1 69.59% 12% 1 3.02 1 $292.46 EngineerV E05 Structural/Civil $63.68 1$119.40 1 $95.20 1 169.59%1 12% 1 3.02 $287.50 $74.50 $139.68 $111.37 169.59% 12% 3.02 $336.34 Mechanical/Electrical $73.23 $137.31 $109.48 169.59% 12% 3.02 $330.63 $85.67 $160.63 $128.08 169.59% 12% 1 3.02 1 $386.80 Q01 Planner) $21.00 $39.37 $31.39 169.59% 12% 3.02 $94.80 $24.57 E46.06 $36.72 169.59% 12% 3.02 $110.89 Q02 Planner ll $27.95 $5240 54T78 169.59% 12% 3.02 $126.18 $3270 $61.30 $48.88 1 169.59% 12% 3.02 $147.62 Q03 Planner 111 $30.74 $57.64 S45.96 169.59% 12% 3.02 $138.80 $35.96 $67.43 $53.77 169.59% 12% 3.02 $162.39 Q04 Planner IV WI8 1 $90.28 E7E99 169.59% 12% 3.02 $217.41 $5633 $105.61 484.22 169.59% 12% 3.02 $254.34 Q05 PlannerV $55.37 5103.83 f8278 169.59% 12% 3.02 1 $250...........00 $64.78 $121.47 $96.84 169.59% 12% 3.02 $29246 E10 Environmental Specialist 1 E23.10 $43.31 f34.53 769.59% 12% 3.02 $104.28 E27.02 $50.67 $40.40 169.59% 12% 3.02 E122.01 E11 Environmental Specialist 11 $27.95 $52.40 $44.01 169.59% 12% 3.02 $132.91 $3270 $61.30 1 $51.49 169.59% 12% 3.02 $155.50 E12 Environmental Specialist 111 $33.82 $63.41 $50.56 169.59% 12% 3.02 $152.69 $3956 $74.18 $59.15 169.59% 12 3.02 $178.63 E13 Environmental Specialist IV $42.80 $80.25 E63.99 169.59% 12% 3.02 $193.25 $50.07 $93.88 $74.86 169.59% 12% 3.02 $226.08 E14 Environmental Specialist V $55.37 $103.83 f95.01 169.59% 12% 3.02 $286.93 $64.78 $121.47 $111.75 1 69.59% 12% 3.02 $335.67 PO Vice President $BB.71 $124.70 $121.22 169.59% 72% 1 3.02 1 $366.08 11$103.78 1$145.88 1$141.81 1 169.59%1 12% 1 3.02 1 $428.27 TECHNICALSERIES Raw Rates FAR Average Raw Rates Overhead Average Cod lob Title Min I Max Avg Overhead .Fixed Fee Multiplier Billing Rate Min Max Avg Rate Fixed Fee Multiplier Billing Rate T01 Technician/Designer 1 $15.78 $29.58 $23.59 1 169.59% 1 12% 3.02 $71.24 1 $1 BAB $34.60 1 $27.60 169.59% 12% 3.02 E83.35 T02 Technician/Designer ll $19.09 $35.79 $28.54 169.59% 12% 3.02 $86.19 $22.33 S41.87 $33.39 169.59% 12% 3.02 $100.84 T03 Technician/Designer 111 $25.41 $47.64 $37194 169.59% 12% 3.02 $114.73 $29.73 $55.73 1 $44.44 169.59% 12% 3.02 $134.21 T04 Technician/Designer IV $30.74 $57.64 $45.96 169.59% 12% 3.02 $138.80 $35.96 $67.43 $53.77 169.59% 12% 3.02 $162.39 T05 Technician/Designer V $33.82 $63.41 $50.56 169.59% 12% 3.02 $152.69 $39.56 1$74.18 $59.15 169.59% 12% 3.02 $178.63 F01 Field Representative 1 $17.35 $32.54 $25.94 169,59% 12% 3.02 fi$78.34 $20.30 $38.07 $30.35 169.5F02 Field Representative 11 $21.00 $39.37 $31.39 169.59% 12% 3.02 $24.57 S4606 $36.72 169.59% 12% 3.02 $110.89 F03 Field Representative III $25.41 f47.64 $37.99 169.59% 12% 3.02 $29.73 $55 33 $4444 169,59% 72% 3.02 $134.21 F04 Field Representative IV $33.82 $63.41 $50.56 169.59% 12% 3.02 $39.56 $74.18 $5915 169.59% 12% 3.02 $178.63 F05 Field Representative V $38.05 $71.34 $5688 169.59% 12% 3 02 S44.51 $83.46 $66.54 169.59% 12% 3.02 $200.95 ADMINISTRATIVE SERIES Raw Rates FAR Average Raw Rates Overhead Average Cod4 Job Title Min Max Avg Overhead Fixed Fee Multiplier Billing Rate Min A$61.30 $48.88 Avg Rate Fixed Fee Multi Tier BillingRate 060 Administrative Assistant l $14.34 $26.89 $2144 169.59% 12% 3.02 $64.75 $16.78 .08 16959% 12% 3.02 $75.74 061 Administrative Assistant ll 415.78 $29.58 $23.59 169.59% 12% 3.02 $71.24 $18.46 .60 169.59% 12% 3.02 $83.35 062 Administrative Assistant 111 $19.09 $35.79 E28.54 169.59% 12% 3.02 $86.19 $2233 .39 169.59% 12% 3.02 $100.84 063 Administrative Assisum lV $23.10 $43.31 E34.53 169.59% 1Z% 3.02 $104.28 $27.02 .40 169.59% 12% 3.02 $12201 064 Administrative Assistant V $27.95 $5240 $41.78 169.59% 12% 3.02 $126.18 $32.70 169,59% 12% 3.02 $147.62 Version 7.0 212712018 EXHIBIT "F" SCHEDULE OF PERFORMANCE The services provided hereunder this Agreement shall occur on an as-needed "on-call' basis, pursuant to separate individual Task Orders or Purchase Orders. The City and Consultant shall agree on a schedule of performance for scopes of work on assigned projects. Client#: 54281 RS&H ACORDTW CERTIFICATE OF LIABILITY INSURANCE D TE 712412IDDlYYYY) /24/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Katie Krasner Grayling Ins.Brokerage/EPIC PHONE I FAX-No - --_-- Al� No Extl:770.552.4225 _ IAIc,1Jp1 866.550.4082 3780 Mansell Road,Suite 370 E-MAIL - - -- - ADDRESS._Katie.Kresner@greyling.com Alpharetta,GA 30022 ---- - INSURER(S)AFFORDING COVERAGE NAICX INSURER A:Charter Oak Fire Insurance Company 25615 INSURED RS&H,Inc. INSURER e:Travelers Prop Casualty CO Of America 25674 --- ____ _._-- ----- -INSURER C:Lloyds of London 10748 Deerwood Park Blvd South Jacksonville, FL 32266 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 18-19 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY EFF POLICY EXP r _- -- -- -I- I - - -- - --- - INSR ADDL SUBR LIMITS LTR IN R WVD POLICY NUMBER MMIDDl1'1'YY MWDD A X COMMERCIAL GENERAL LIABILITY 6309K439036 0612812018 06/28/20191 EACH OCCURRENCE S 1,000 U00 GI_NMS-MADE I_ X,OCCUR PREMISES Ea occu ante $1 000000 MED EXP(Any one person) $10,000 ✓/ (PERSONAL&AOV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER'. GENERALAGGREGATE s2,000,000 X POLICY 'r JECOT I LOC PRODUCTS-COMPIOP AGO S2,000,000 OTHER. � _ $__ AUTOMOBILE LIABILITY � iCOMBINED SINGLE LIMIT I Ea accitlenl $ ANY AUTO BODILY INJURY(Perperson) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY - AUTOS _. ._._ - HIRED NON-OWNED III PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accitleng $ B X UMBRELLA A9 X OCCUR CUPOL547366 10. 6/2812018 06/28/2019 EACH OCCURRENCE $ 000 000_. EXCESS LIAB CLAIMS MAOE'i ICI AGGREGATE $10,000 000 I DED X RETENNON$10000 a WORKERS COMPENSATION PER IOTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOWARTNERIEXECUTIVE I E.L EACH ACCIDENT $ OFFICERIMEMBER EXCLU �I N I A (Mandatory In NH) I I E.L.DISEASE-EA EMPLOYEES If yes,describe under ' _ DE SCRIPTION OF OPERATIONS_below. _ '( IE.L.DISEASE-POLICY LIMIT I S C Professional Lialb B0146LDUSA1804894 6/28/2018 0612812019; Per Claim$5,000,000 C Excess Prof Liab B0146LDUSA1804895 6/2812018 06128fy019 Aggregate$5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addltlonal Remarks Schedule,may be attached It mare space Is Is required) Re: Project:On-Call Aviation Consulting Services(SOQ 06-17) City of Palm Springs,its officials, employees,and agents are named as Additional Insureds with respects to General Liability where required by written contract. The above referenced liability policies with the exception of workers compensation and professional liability are primary &non-contributory where required by written contract. (See Attached escriptions) CERTIFICATE HOLDER CANCELLATION City of Palm Springs Attn: City THE SHOULD EXPIRATION DATE ABOVE DESCRIBED NOTICEES WIBLL CBE CELLED DELIVEREDO IN Manager ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE 01988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S11471691M1113315 KKRE1 DESCRIPTIONS (Continued from Page 1) Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,30 days'written notice(except 10 days for nonpayment of premium)will be provided to the Certificate Holder. SAGITTA 25.3(2016/03) 2 of 2 #S11471691M1113315 Policy Number: 6309K439038 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II- WHO 15 plies only to such "bodily injury" or "property AN INSURED: damage"that occurs before the end of the pe- Any person or organization that you agree in a riod of time for which the "written contract re- written contract requiring insurance" to include as quiring insurance" requires you to provide an additional insured on this Coverage Part, but: such coverage or the end of the policy period, a. Only with respect to liability for "bodily injury", `Whichever is earlier. "property damage"or"personal injury"; and 2. The following is added to Paragraph 4.a. of SEC- b. If, and only to the extent that, the injury or TION IV - COMMERCIAL GENERAL LIABILITY damage is caused by acts or omissions of CONDITIONS: you or your subcontractor in the performance The insurance provided to the additional insured of "your work" to which the "written contract is excess over any valid and collectible "other in- requiring insurance" applies. The person or surance", whether primary, excess, contingent or organization does not qualify as an additional on any other basis, that is available to the addi- insured with respect to the independent acts tional insured for a loss we cover. However, if you or omissions of such person or organization. specifically agree in the "written contract requiring The insurance provided to such additional insured insurance" that this insurance provided to the ad- The limited as follows: ditional insured under this Coverage Part must is apply on a primary basis or a primary and non- c. In the event that the Limits of Insurance of contributory basis, this insurance is primary to this Coverage Part shown in the Declarations "other insurance" available to the additional in- exceed the limits of liability required by the sured which covers that person or organization as "written contract requiring insurance", the in- a named insured for such loss, and we will not surance provided to the additional insured share with that "other insurance". But this insur- shall be limited to the limits of liability required ance provided to the additional insured still is ex- by that "written contract requiring insurance". cess over any valid and collectible "other insur- This endorsement shall not increase the limits ance", whether primary, excess, contingent or on of insurance described in Section III - Limits any other basis, that is available to the additional Of Insurance. insured when that person or organization is an d. This insurance does not apply to the render- additional insured under any"other insurance". ing of or failure to render any "professional 3. The following is added to SECTION IV - COM- services" or construction management errors MERCIAL GENERAL LIABILITY CONDITIONS: or omissions. Duties Of An Additional Insured e. This insurance does not apply to "bodily in- As a condition of coverage provided to the addi- ury' or "property damage" caused by "your tional insured: work" and included in the "products- completed operations hazard" unless the a. The additional insured must give us written "written contract requiring insurance" specifi- notice as soon as practicable of an "occur- cally requires you to provide such coverage rence" or an offense which may result in a for that additional insured, and then the insur- claim. To the extent possible, such notice ance provided to the additional insured ap- should include: CG D4 14 04 08 ©2008 The Travelers Companies,Inc_ Page 1 of 2 COMMERCIAL GENERAL LIABILITY I. How,when and where the "occurrence" any provider of other insurance which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover.However,this condition does not affect persons and witnesses;and whether this insurance provided to the addi- iii. The nature and location of any injury or tional insured is primary to that other insur- damage arising out of the"occurrence"or ance available to the additional insured which offense. covers that person or organization as a named insured. b. If a claim is made or "suit" is brought against the additional insured, the additional insured 4. The following is added to the DEFINITIONS Sec- must: tion: I. Immediately record the specifics of the "Written contract requiring Insurance"means that claim or"suit'and the date received;and part of any written contract or agreement under which you are required to include a person oror- IL Notify us as soon as practicable. ganization as an additional insured on this Cover- The additional insured must see to it that we age Part, provided that the 'bodily injury" and receive written notice of the claim or"suit as "property damage" occurs and the 'personal in- soon as practicable. jury'is caused by an offense committed: c. The additional insured must immediately send a. After the signing and execution of the contract us copies of all legal papers received in con- or agreement by you; nection with the claim or"suit', cooperate with b. While that part of the contract or agreement is us in the investigation or sefflement of the in effect; and claim or defense against the "suit', and oth- erwise comply with all policy conditions. c. Before the end of the policy period. d. The additional insured must tender the de- fense and indemnity of any claim or"suit'to Page 2 of 2 ©2008The Travelers companies,Inc. CG D4140408 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE - ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS b. The"personal injury"or"advertising injury'for COMMERCIAL GENERAL LIABILITY CONDITIONS which coverage is sought arises out of an of- (Section IV), Paragraph 4. (Other Insurance), is fense committed amended as follows. subsequent to the signing and execution of that 1, The following is added to Paragraph a. Primary contract or agreement by you. Insurance: 2. The first Subparagraph (2) of Paragraph b. Ex- However, if you specifically agree in a written con- cess Insurance regarding any other primary in- tract or written agreement that the insurance pro- surance available to you is deleted. vided to an additional insured under this 3. The following is added to Paragraph b. Excess Coverage Pan must apply on a primary basis, or Insurance, as an additional subparagraph under a primary and non-contributory basis, this insur- Subparagraph (1). ance is primary to other insurance that is avail- That is available to the insured when the insured able to such additional insured which covers such is added as an additional insured under any other additional insured as a named insured, and we policy,including any umbrella or excess policy. will not share with that other insurance, provided that, a. The "bodily injury" or "property damage" for which coverage is sought occurs; and CG DO 37 04 05 Copyright 2005 The St. Paul Travelers Companies, Inc.All rights reserved. Page 1 of 1 This page has been left blank intentionally. REYNO-1 OP 113 PA �►coRa CERTIFICATE OF LIABILITY INSURANCE DATE 0712412 0 1 8Y) 07/24/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER 904.565-1952 CONTP.CT Lori Duvall Brown&Brown of Florida,Inc. PHONE 904-565-1952 FAX 904-565-2440 Building 100,Suite 100 A/C,No,Ext: Alc,No): 10151 Deerwood Park Blvd ADDRESS,Iduvall@bbjax.com Jacksonville,FL 32256 Josh Becksmith INSURERISI AFFORDING COVERAGE, NAIC N INSURERA:The Travelers Indemnity Co 25658 INSURED RS&H,Inc; INSURERS Phoenix Insurance Company 25623 Reynolds,Smith&Hills Inc _-- - - RS&H California,Inc. INSURER C: RS&H Commercial Realty,Inc INSURER D: 10748 Deerwood Pk Blvd S Jacksonville,FL 32256 INSURER E: _ INSURER F: COVERAGE$ CERTIFICATE NUMBER, REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLE SUBPOLICY NUMBER POLICY EFF POLICY EXP LIMITS COMMERCIAL GENERAL LIABILRY EACH OCCURRENCE CLAIMS MADEOCCUR DAMAGE TO RENTED $ MED EXP(Any one person) PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY jECT LOC PRODUCTS-COMWOP AGG $ OTHER: A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 X ANYAUTO X 810-91<669157 1 06/28/2018 06/28/2019 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY iPor accident ... HIRED NON-OWNED PROPERTY IaePAMAGE S AUUO ONLY rmdn _ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LMB CLAIMS-MADE AGGREGATE DED RETENTION$ B WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY X ER MY PROPRIETORIPARTNERIEXECUTIVE YIN X PVYCNUB-5388B30 7 17 1210112017 12/0112018 1,000,000 (klarlldRI EM� N MMHI EXCLUDED? N/A E.L.EACH ACCIDENT $ t,000,000 E.L.DISEASE-EA EMPLOYEE If yes,desaihe under 1,000,000 DESCRIPTION FOPERATIONSlow E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:On-Call Aviation Consulting Services(SOQ 06-17) The City of Palm Springs, its officials,emplo es,&agents are included as al insured on a rima &non-contriLutoryr basis with respect to the ti ut],W_6t@UIIILy wen recid ffil ffWy wrI en con rac Be noes. CERTIFICATE HOLDER QANQELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. Attn: City Manager 3200 E.Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE Palm Springs,CA 92262 ACORD 25(2016103) ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HOLDER CODE REYNO-1 PAGE NOTEPAD. INSURED'S NAME RS&H, Inc; OP ID: RA D=ta 0 7124/2 01 8 Waiver of subrogation applies in favor of the City of Palm Springs its elected officials, officers, employees, agents, and volunteers with resppects to the Workers Compensation policy when required by written contract.30 day notice of cancellation provided per policy provision. RS&H Architects- Engineers- Planners Inc. a NC Corp Reynolds Smith and Hills CS incorporated a FL Corp Sylva Engineering Corporation Reypnolds Smith And Hills Architects- Engineers- Planners, PA AS&H Architect and Engineer, PC, a NY Corp RS&H Arkansas Inc Lemeul Ramos and Assoc Inc RS&H Illinois Inc RS&H Iowa, P. RS&H Michigan, Inc RS&H Mississippi, P.0 RS&H Montana, P.C. RS&H Nevada, Inc. RS&H Ohio, Inc RS&H Oregon, Architects-Engineers-Planners, P.0 RS&H Alabama Inc RS&H Idaho, P.C. RS&H Massachusetts, Inc Tsiouvaras Simmons Holderness, Inc Policy Number: P-810-9K669077-IND-18 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT - FLORIDA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage.However,coverage for any injury,damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part,and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement.The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF USE—INCREASED LIMIT B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE—TRANSPORTATION EXPENSES—INCREASED LIMIT C. EMPLOYEE HIRED AUTO J.PERSONAL EFFECTS D. EMPLOYEES AS INSURED K. AIRBAGS E.SUPPLEMENTARY PAYMENTS—INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LIMITS LOSS F. HIRED AUTO—LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE—INDEMNITY BASIS G.WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED This includes any person or organization who you are required under a written contract or The following is added to Paragraph A.1.,Who Is agreement between you and that person or An Insured, of SECTION II — LIABILITY organization, that is signed by you before the COVERAGE: "bodily injury" or "property damage' occurs and Any organization you newly acquire or form that is in effect during the policy period, to name during the policy period over which you maintain as an additional insured for Liability Coverage, 50% or more ownership interest and that is not but only for damages to which this insurance separately insured for Business Auto Coverage. applies and only to the extent of that person's or Coverage under this provision is afforded only organization's liability for the conduct of another until the 180th day after you acquire or form the "insured". organization or the end of the policy period, C. EMPLOYEE HIRED AUTO whichever is earlier. 1. The following is added to Paragraph A.1., B. BLANKET ADDITIONAL INSURED Who Is An Insured, of SECTION II — LIABILITY COVERAGE: The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — LIABILITY An "employee" of yours is an "insured" while COVERAGE: operating an "auto" hired or rented under a contract or agreement in that "employee's" CA F2 19 08 17 O 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission COMMERCIAL AUTO name, with your permission, while performing United States of America applies to and duties related to the conduct of your prohibits the transaction of business with or business. within such country or jurisdiction, for Liability Coverage for any covered "auto" that you 2. The following replaces Paragraph b. in B.5., lease, hire, rent or borrow without a driver for Other Insurance, of SECTION IV — BUSINESS AUTO CONDITIONS: a period of days or less and that not an le "auto" you lease, hire, rent or borrow from b. For Hired Auto Physical Damage any of your "employees", partners (if you are Coverage,the following are deemed to be a partnership), members (if you are a limited covered "autos"you own: liability company) or members of their (1) Any covered "auto" you lease, hire, households. rent or borrow; and (a) With respect to any claim made or "suit" (2) Any covered"auto" hired or rented by brought outside the United States of your "employee" under a contract in America, the territories and possessions that individual "employee's" name, of the United States of America, Puerto with your permission, while Rico and Canada: performing duties related to the conduct of your business. (i) You must arrange to defend the However, any"auto"that is leased, hired, "insured" against, and investigate or rented or borrowed with a driver is not a settle any such claim or "suit" and covered "auto". keep us advised of all proceedings D. EMPLOYEES AS INSURED and actions. The fallowing is added to Paragraph A.1.,Who Is (ii) Neither you nor any other involved An Insured, of SECTION 11 — LIABILITY "insured" will make any settlement COVERAGE: without our consent. Any "employee" of yours is an "insured" while (III)We may, at our discretion, participate using a covered "auto" you don't own, hire or in defending the "insured" against, or borrow in your business or your personal affairs. in the settlement of, any claim or E. SUPPLEMENTARY PAYMENTS — INCREASED "suit". LIMITS (iv)We will reimburse the "insured" for 1. The following replaces Paragraph A.2.a.(2), sums that the "insured" legally must of SECTION II—LIABILITY COVERAGE: pay as damages because of "bodily (2) Up to $3,000 for cost of bail bonds injury" or "property damage" to which (including bonds for related traffic law this insurance applies, that the violations) required because of an "insured" pays with our consent, but "accident" we cover. We do not have to only up to the limit described in furnish these bonds. Paragraph C., Limit Of Insurance, of 2. The following replaces Paragraph A.2.a.(4), SECTION 11 — LIABILITY of SECTION 11—LIABILITY COVERAGE: COVERAGE; (4) All reasonable expenses incurred by the (v) We will reimburse the "insured"for the "insured" at our request, including actual reasonable expenses incurred with loss of earnings up to $500 a day our consent for your investigation of because of time off from work. such claims and your defense of the F. HIRED AUTO — LIMITED WORLDWIDE "insured" against any such "suit", but COVERAGE—INDEMNITY BASIS only up to and included within the limit described in Paragraph C., Limit The following replaces Subparagraph (5) in Of Insurance, of SECTION II — Paragraph B.7., Policy Period, Coverage LIABILITY COVERAGE, and not in Territory, of SECTION IV — BUSINESS AUTO addition to such limit. Our duty to CONDITIONS: make such payments ends when we (5) Anywhere in the world, except any country or have used up the applicable limit of jurisdiction while any trade sanction, insurance in payments for damages, embargo, or similar regulation imposed by the settlements or defense expenses. Page 2 of 4 8 2016 The Travelers Indemnity Company.All rights reserved. CA F2 19 08 17 Includes copyrighted material of Insurance Services Office,Inc.with its permission COMMERCIAL AUTO (b) This insurance is excess over any valid We will pay up to $50 per day to a maximum of and collectible other insurance available $1,500 for temporary transportation expense to the "insured" whether primary, excess incurred by you because of the total theft of a contingent or on any other basis. covered "auto" of the private passenger type. (c) This insurance is not a substitute for J. PERSONAL EFFECTS required or compulsory insurance in any The following is added to Paragraph AA., country outside the United States, its Coverage Extensions, of SECTION III — territories and possessions, Puerto Rico PHYSICAL DAMAGE COVERAGE: and Canada. Personal Effects You agree to maintain all required or We will pay up to $400 for "loss" to wearing compulsory insurance in any such apparel and other personal effects which are: country up to the minimum limits required by local law. Your failure to comply with (1) Owned by an"insured"; and compulsory insurance requirements will (2) In or on your covered"auto". not invalidate the coverage afforded by This coverage applies only in the event of a total this policy, but we will only be liable to the theft of your covered"auto". same extent we would have been liable No deductibles apply to this Personal Effects had you complied with the compulsory insurance requirements. coverage. (d) It is understood that we are not an K. AIRBAGS admitted or authorized insurer outside the The following is added to Paragraph B.3., United States of America, its territories Exclusions, of SECTION III — PHYSICAL and possessions, Puerto Rico and DAMAGE COVERAGE: Canada. We assume no responsibility for Exclusion 3.a. does not apply to "loss" to one or the furnishing of certificates of insurance, more airbags in a covered "auto" you awn that or for compliance in any way with the inflate due to a cause other than a cause of"loss" laws of other countries relating to set forth in Paragraphs A.1.b. and A.1.c., but insurance. only: a. If that "auto" is a covered "auto" for G. WAIVER OF DEDUCTIBLE—GLASS Comprehensive Coverage under this policy; The following is added to Paragraph D., b. The airbags are not covered under any Deductible, of SECTION III — PHYSICAL warranty; and DAMAGE COVERAGE: c. The airbags were not intentionally inflated. No deductible applies under Specified Causes of Loss or Comprehensive coverage for "loss" to We will pay up to a maximum of $1,000 for any glass used in the windshield. one"loss". H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF L. NOTICE AND KNOWLEDGE OF ACCIDENT OR USE—INCREASED LIMIT LOSS The following replaces the last sentence of The following is added to Paragraph A.2.a., of Paragraph AA.b., Loss Of Use Expenses, of SECTION IV—BUSINESS AUTO CONDITIONS: SECTION III — PHYSICAL DAMAGE Your duty to give us or our authorized COVERAGE: representative prompt notice of the "accident" or However, the most we will pay for any expenses "loss" applies only when the"accident" or"loss" is for loss of use is $65 per day, to a maximum of known to: $750 for any one"accident". (a) You(if you are an individual); I. PHYSICAL DAMAGE — TRANSPORTATION (b) A partner(if you are a partnership); EXPENSES—INCREASED LIMIT (c) A member (if you are a limited liability The following replaces the first sentence in company); Paragraph AA.a., Transportation Expenses, of (d) An executive officer, director or insurance SECTION III — PHYSICAL DAMAGE manager (if you are a corporation or other COVERAGE: organization); or CA F2 19 08 17 ©2016 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance services Office,Inc.with its permission COMMERCIAL AUTO (e) Any "employee" authorized by you to give such contract. The waiver applies only to the notice of the"accident'or"loss". person or organization designated in such M. BLANKET WAIVER OF SUBROGATION contract. The following replaces Paragraph A.5., Transfer N. UNINTENTIONAL ERRORS OR OMISSIONS Of Rights Of Recovery Against Others To Us, of The following is added to Paragraph B.2., SECTION IV—BUSINESS AUTO CONDITIONS: Concealment, Misrepresentation, Or Fraud, of 5. Transfer Of Rights Of Recovery Against SECTION IV—BUSINESS AUTO CONDITIONS: Others To Us The unintentional omission of, or unintentional We waive any right of recovery we may have error in, any information given by you shall not against any person or organization to the prejudice your rights under this insurance. extent required of you by a written contract However this provision does not affect our right to signed and executed prior to any "accident' collect additional premium or exercise our right of or"loss", provided that the"accident' or"loss" cancellation or non-renewal. arises out of operations contemplated by Page 4 of 4 V 2016 The Travelers Indemnity Company.All rights reserved. CA F2 19 08 17 Includes copyrighted material of Insurance services Office,Inc.with its permission COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: ✓ BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph A.1.c., Who Insurance of SECTION IV — BUSINESS AUTO Is An Insured, of SECTION If — LIABILITY CONDITIONS: COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement between you and that person or applicable other insurance under which an organization, that is signed by you before the additional insured person or organization is the "bodily injury" or "property damage" occurs and first named insured when the written contract or that is in effect during the policy period, to name agreement between you and that person or as an additional insured for Liability Coverage, organization, that is signed by you before the but only for damages to which this insurance "bodily injury" or "property damage" occurs and applies and only to the extent of that person's or that is in effect during the policy period, requires organization's liability for the conduct of another this insurance to be primary and non-contributory. "insured". CA T4 74 08 17 6 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services office,Inc.with its permission. TRAVELERS/ J WORKERS COMPENSATION AND ONEHAR FOTIRRRD, CT ARE D61 EMPLOYERS LIABILITY POLICY HARTPORD, CT D6193 ENDORSEMENT WC 00 03 13(00)-01 POLICY NUMBER: (PVYCNUB-5388B30-7-17) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER, INCLUDING ORANGE COUNTY BOARD OF COUNTY COMMISSIONERS AND HILLSBOROUGH COUNTY AVIATION AUTHORITY AND CENTRAL FLORIDA EXPRESSWAY AUTHORITY DATEOFISSUE: 12-12-17 STASSIGN: CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits:Signatures: Insurance:Bonds: Business License: Sole Source Co-Op CoOp Agmt #:Sole Source Documents:CoOp Name: CoOp Pricing: By:Submitted on: Contract Abstract Form Rev  $XWKRUL]HG6LJQHUV 1DPH(PDLO &&RUSRUDWLRQVUHTXLUHVLJQDWXUHV Professional Services Amendment RS&H California, Inc. Joesph P. Jackson Joe.Jackson@rsandh.com On-call Aviation Consulting Services On-call July 31, 2023 - July 30, 2026 Attached Joesph P. Jackson, Joe.Jackson@rsandh.com David J. Full, David.Full@RSandH.com Aviation Jeremy Keating / 3849 September 14, 2023 A7148 2 Yes Yes Yes Yes N/A No N/A N/A N/A N/A September 25, 2023 Christina Brown DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB REYNOLDS, SMITH AND HILLS ARCHITECTS-ENGINEERS PLAN REYNOLDS, SMITH AND HILLS CS, INCORPORATED Reynolds, Smith and Hills, Inc. RS&H ALABAMA, INC. RS&H ARCHITECT AND ENGINEER, P.C. RS&H ARCHITECTS-ENGINEERS-PLANNERS, INC. RS&H CALIFORNIA, INC. RS&H COMMERCIAL REALTY, INC. RS&H IDAHO, P.C. RS&H ILLINOIS, INC. Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured RS&H IOWA, P.C. RS&H MARYLAND, INC. RS&H MASSACHUSETTS, INC. RS&H MISSISSIPPI, P.C. RS&H MONTANA, P.C. RS&H NEVADA, INC. RS&H OHIO, INC. Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured RS&H MICHIGAN, INC. Additional Named Insured RS&H OREGON, ARCHITECTS-ENGINEERS-PLANNERS, P.C. RS&H PENNSYLVANIA, INC. TSIOUVARAS SIMMONS HOLDERNESS, INC. RS&H Arkansas Inc Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insured Additional Named Insureds Other Named Insureds OFAPPINF (02/2007)COPYRIGHT 2007, AMS SERVICES INC DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB RS&H, IncBrown & Brown of Florida, Inc. 25 Certificate of Liability Insurance: Notes Umbrella - Total Limit $29,000,000 Primary $9M Policy #AUC-1469558-01 American Guarantee and Liability Insurance Company $10M XS $9M Policy #EX-6T35064A-23-NF Travelers Property Casualty Company of America $10M XS $19M Policy #7039681430 Continental Insurance Company ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 7/25/2023 Greyling Ins Brokerage/EPIC Master Chart Of Accounts To Copy to New Divisions New York NY 10019 Sharon Brubaker 770.756.6599 greylingcerts@greyling.com Lloyd's of London 85202 RS&HINC RS&H,Inc. 10748 Deerwood Park Blvd South Jacksonville,FL 32256 1063134889 A Professional Liab Incl.Pollution Incl.Pollution B0146LDUSA2304894 6/28/2023 6/28/2024 Per Claim Aggregate $5,000,000 $5,000,000 Re:Project:On-Call Aviation Consulting Services (SOQ 06-17). Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,we will endeavor to provide 30 days'written notice (except 10 days for nonpayment of premium)to the Certificate Holder. City of Palm Springs Attn:City Manager 3200 E.Tahquitz Canyon Way Palm Springs CA 92262-0000 DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB CITY OF PALM SPRINGS 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262 (760) 322-8328 BUSINESS LICENSE CERTIFICATE Fees Paid:$174.00 ISSUANCE OF THIS LICENSE DOES NOT ENTITLE THE LICENSEE TO OPERATE OR MAINTAIN A BUSINESS IN VIOLATION OF ANY OTHER LAW OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS. Business Name:RS&H California, Inc. DBA: Owner:RS&H California, Inc. Mailing Address:10748 Deerwood Park BLVD Attn: Cathy Scott Jacksonville, FL 32256 License Number:OC-001664-2023 Expiration Date:07/31/2024 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. Business Location:5901 W Century BLVD Suite 1030, Los Angeles, CA 90045 Business Description:Architectural, Engineering, Environmental, & Planning Services TO BE POSTED IN A CONSPICUOUS PLACE DocuSign Envelope ID: 04FB953F-A600-4256-9E21-7FBF5FE57DDB