Loading...
HomeMy WebLinkAboutA7149 - WSP USA, INC - PROFESSIONAL SVCS - 5YR AIRPORT PROJECTSCITY OF PALM SPRINGS CONTRACT CHANGE ORDER 'Qt/�ottN To: WSP Inc. Date: October 13, 2021 862 E. Hospitality Lane, Suite 350 City Project No.: 19-34 San Bernardino, CA 92408 Project: Passenger Boarding Bridges Change Order No.: 3 Purchase Order: 20-0610 Attn: Victor J. Martinez, Account No.: 416-6601-56193 District Business Line Lead Contract Change Order No. 3 is for the extension of construction phase services including inspections, commissioning, and closeout of each passenger boarding bridge for the Passenger Boarding Bridges Project. WSP's original proposal was based on 2019 pricing and pre-Covid-19 requirements. Change Order 3: Extension of construction phase services on time and materials with a not to exceed amount. Total Change Order Amount: Reasons for Changes: $30,323.80 The scope of work for construction phase services for the Passenger Boarding Bridges project has changed substantially with additional Covid-19 requirements and the airport's addition of new airlines. This proposal is inclusive of all associated costs for the extension of construction phase services for the inspection, commissioning, and closeout of passenger boarding bridges at all gates on a time and materials basis (with a not to exceed amount) until completion of the project. Changes to Contract Time: None. Source of Funds: Account No. 416-6601-56193 Summary of Costs: Original Contract Amount: $150,000.00 Start Date: 03-03-21 Previous Change Order Amount: $6,067.71 Previous Days Added: 0 This Change Order Amount: $30,323.80 Days Added: 0 Revised Contract Amount: $186,391.51 Revised Completion: 03-14-22 CP 19-34 Passenger Boarding Bridges Contract Change Order No. 3 October 13, 2021 Page 2 I have received a copy of this Change Order an the above AGREED PRICES are acceptable to Contractor WSP Inc. Signat re Date Victor Martinez, District Business Line Lead Citv of Palm Sorinas Recommended By: 7-'( Joel Montalvo, City Engineer Date Approved By: / 1 Ju in Clifton, ' Manager baie Attest By: 62?i Anth y Meji , ity Clerk Date Approved as to Form: Je4rey linger, i y Attorney Date Distribution: Original Conformed Copy: Contractor (1) City Clerk (1) Conformed — File Co Engineering Pay File (1) City Project File (1) Purchasing (1) Finance (1) APPROVED BY CITY MANAGER < -475K A 71 qq CITY OF PALM SPRINGS F •' CONTRACT CHANGE ORDER To: WSP Inc. Date: November 1, 2021 862 E. Hospitality Lane, Suite 350 City Project No.: 19-34 San Bernardino, CA 92408 Project: Passenger Boarding Bridges Change Order No.: 2 Purchase Order: 20-0610 Attn: Victor J. Martinez, Account No.: 416-6601-56193 District Business Line Lead Contract Change Order No. 2 is to revise the project Purchase Order amount to match WSP's total proposal amount for the project. Change Order 2: Revise the Purchase Order total amount from $150,000.00 to $144,277.08. Total Change Order Amount: ($5,722.92) Reasons for Changes: The City approved WSP's proposal for a total of $144,277.08 and issued a Purchase Order in the amount of $150,000.00. WSP requested for the Purchase Order amount to be reduced to $144,277.08 to assist with accounting. Changes to Contract Time: None. Source of Funds: Account No. 416-6601-56193 Summary of Costs: Original Contract Amount: $150,000.00 Start Date: 03-03-21 Previous Change Order Amount: $11,790.63 Previous Days Added: 0 This Change Order Amount: ($5,722.92) Days Added: 0 Revised Contract Amount: $156,067.71 Revised Completion: 03-14-22 CP 19-34 Passenger Boarding Bridges Contract Change Order No. 2 November 1, 2021 Page 2 I have received a copy of this Change Order and Akre above AGREED PRICES are acceptable to Contractor r WSP Inc. 17-111?--1 Signature Date Victor actin z, District Business Line Lead City of Palm Sorings 01 Recommended By: oel Montalvo, City Engineer Date Approved By: 2 J tin Clifton, C Y Manager Dale Attest By: 1 Z3 Antho MeJia Date Approved as to Form: //-Is - Zo ZC Jeffrey nger, City Attorney Date Distribution: Original Conformed Copy: Conformed — File Copy: rMM BY OPY IMAGER Contractor (1) Engineering Pay File (1) / City Clerk (1) City Project File (1) ; K Purchasing (1) Finance (1) CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL AVIATION CONSULTING SERVICES WSP USA Inc. Agreement No. 471Y 1 THIS PROFESSIONAL SERVICE AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this — day of T Q *� , 2018, by and between the CITY OF PALM SPRINGS, a California charter city and mu[r�icipal corporation, (hereinafter referred to as "City") and WSP USA Inc. (WSP), 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. 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: Page 1 of 16 Rev.7-03-18 • • 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 the 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 accepted 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 "M of this Agreement. 1.4 Licenses, Permits. Fees and Assessments. Consultant represents to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents 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 Page 2 of 16 Rev.7-03-18 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, 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 Page 3 of 20 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. 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 Page 4 of 20 • 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 other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or(b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any work or services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant,within ten (10)days of the commencement of such delay, notifies the City Manager in writing of the 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 Page 5 of 20 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: Larry Shaw. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its sub Consultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any sub Consultant 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 Page 6 of 20 • • 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. 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 Page 7 of 20 City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subConsultants, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial Page 8 of 20 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. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction Page 9 of 20 0 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. 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 Page 10 of 20 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: 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. Page 11 of 20 In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Design Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Consultant is a "design professional" under California Civil Code Section 2782.8, then: A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, 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, to the extent the Claims arise out of, pertain to, or relate 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. Page 12 of 20 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 Accountina Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subConsultants, and agents in the performance of this Agreement Page 13 of 20 shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subConsultants shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. Page 14 of 20 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 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. Page 15 of 20 0 9 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 shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, 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 Page 16 of 20 0 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. 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 Page 17 of 20 Palm Springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: WSP USA Inc. Attention: Larry Shaw 862 E. Hospitality Lane, Suite 350 San Bernardino, Ca 92408 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 18 of 20 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: D'1-.3) Zoiff By: (, David H. Ready, PhD City Manager APPROVED AS TO FORM: ATTEST ByL X By: Edward Z. K tkin A ony ejia, City Attorney ity Cle APPROVED BY CITY COUNCIL: Date: 5 a ' Agra ent No. 7-q1 "CONSULTANT" WSP USA 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 41,J"I gnature (Notarized) S ture(Motarized) ✓. �D T/`�O nG!;2 lice �I t m AA blM . [ 1/l� Printed Name/Title inted Na e/Title ) Page 19 of 20 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Caiffomia County of �grCNLif dL�ND On beforer-e, �ov+n �• �A�Iccto pyl Itre lien Nameu -iM.1 of personaiy appeered __ A IC-Aar _� U6' 9' rn we: wtio pmued to me on the basis of satisfactory evidence to be the pereon(sj whose nalre(s) Ware subscribed to the within instrument ana aCaiowledgad to me that hefahathey, mrearted the same in hiMmin'lriea authorized capacity(les), and that by hWherltheir tdgnaiuie(s) on 4w t>sti mein the person(sl, or the larnity upa: behalf of which the persfw(s) acted, executed the instrument DIANN L. LAMCCIA Notary Public-California I oerbty under PENALTY OF PERJURY under the laws San Bernardino County of the State of Cal rtomis that the foregoing paragraph Is Commission all 2159973 gr,re and confect. M Comm.Ea as Aug12.2020 WfiNESS my nd and official seal- Signature_ rGu4 PWPNOYry SKI Pba. 9ypuaroa 4orry 7LDU. OPTIONAL Tftuyh ft nfornation bebw is not roLxdred by i K It bray pow latuable ro owww refAV on Bra docvinert arW UXAWFr J#rraurrldOrd remnnl141W rearredlmenr or*M torn-b firm ana"ent. Description o1 Attached Doeurnerd Title or hype of Document: _----- Document Date. ^_ Number of Pages Signals)Other Than Named Above: _ Calpacity(Iw)Chal. w by Slgner(s) SlgieesNanl=.^-------_-_ SlgiiwsName. _._-____. .--. --- _ Irdv due I - — Iniividual Corporafe Officer—Title(s): _ — Corporate Olicer—Title(si: ...-----_.—__--- -j Partner—L] Limited UOetwed = Parrier— Limied General J Attornev in Fad _ Attorney in Fact Tr1,5t08 Too of rhuro hwii Trustee i TK of DWn�Dale J Guardan or Conservavor _ Guwdian or Conservator J Other,_.__ _ other: Sigler Is Represerttinq: Signer Is fiepiesentng: LI ez,ar Nalirrvl Nwat�wldmo.awehacm b.,-n sq aev:rham.nl.c�a•si wac:�int:,e.umn*e III•e rnrtr Iae.es,:r.N er-��.rmv»e-ewtr Acknowledgement Form State of New York )ss.: County of New York On the 18th day of July in the year 2018 before me, the undersigned notary public,personally appeared Hillary Jassey personally known to m or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public MEGHAN G. SOTO NOTARY PUBLIC-STATE OF NEW YORK No. 01506369996 - Ouslified in Suffolk County Certificate Filed in Now York County My Commission Expires 01.22-2022 EXHIBIT "A" SOO 06-17 FOLLOWS THIS PAGE. EXHIBIT "A" F v�l.11 9 p �r Y_pi Z N C� P • y[t�p0.K' CITY OF PALM SPRINGS, CALIFORNIA REQUEST FOR STATEMENTS OF QUALIFICATIONS No. 06-17(R) FOR ON-CALL AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT 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 CITY OF PALM SPRINGS, CA REQUEST FOR STATEMENTS OF QUALIFICATIONS SOO 06-17(R) 'REVISED" 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. This is a re-Issue of SOO 06-17 with Revisions pursuant to Addendum 3. 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 1 5015 1 00-14E for the selection and engagement of consultants for the above referenced professional services. It is the Intent of the City to only receive submittals from firms that are able to provide all of the services and disciplines within one submittal. Some firms may sub-contract for a discipline that they may not have 'in-house", but that will be part of their team, to provide all of the required disciplines to properly execute any given project. Firms are to clearly identify any sub- consultants and the services that they will perform. Firms should not submit for only a specific discipline or category. Such submittals will not be considered or evaluated. (This Is a revision from the original SOO, was provided In Addendum 1 to the original SOO, and re-stated again in NEW Addenda 03). Furthermore it should be noted that the 200 mile proximity requirement in the original SOO has been deleted. OBTAINING SOO DOCUMENTS AND ADDENDA: The ORIGINAL SOO document and ORIGINAL Addenda 1 and 2, plus NEW Addenda 3, may be downloaded via the intemet at www.oalmsprinosca.gov(go to Departments, Procurement, Open Bids&Proposal), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the SOO via the Internet, contact Craig Gladders, Procurement and Contracting Manager, via email at Craig.Gladders0i)atmsprinasce.gov to register as a firm interested in this specific vroiect, 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 SOO. Failure to acknowledge Addenda may render a submittal as being non-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 proiect 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. 2 0 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 SOO 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 (see Addendum 1 and Addendum 3 for clarification*) requested In this SOO 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. EVALUATION OF SUBMITTALS AND AWARD OF CONTRACT: This solicitation has been developed in the Statement of Qualifications(SOO) format. Accordingly, firths should take note that multiple factors as identified in the SOO 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 7.04.060, 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 (2n0 floor— Center Terminal) at 11:00 AM on Wednesday, July 19, 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 SOO 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. Tahqultz 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 onlyt 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, THURSDAY, AUGUST 3, 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 SOO 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 dale of submittals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager July 6, 2017 3 REQUEST for STATEMENTS OF QUALIFICATIONS(SOQ) No. 0647(R) 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 Intemational 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 CAys website for current airport statistics at www.palmsorinascam 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 ...........................July 6, 2017 Non-Mandatory Site Visit .................................................11:00 AM Wednesday, July 19, 2017 Deadline for receipt of Questions.................................Wednesday, July 26, 2017,3:00 P.M. Deadline for receipt of Submittals..................................Thursday, August 3, 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 SOO ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment 'Must be completed and included with submittal. 4 ATTACHMENT "B" — Sample boilerplate Professional Contract Services Agreement (for reference only) PURPOSE: The professional services contracts resulting from this SOO 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 fire (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 SOO may submit Statements of Qualifications in response to this solicitation. (See Addendum 3 for clarification) 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 150/5100-14DE (corrected from original, see Addendum 3) 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 SOO 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 SOQ 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. 5 • Design for Airfield, building, or landside electrical systems repair. • 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 AI P 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: fi Sena+ wlrrJrrrr t TYM /Inn aw wM BM.Y+OlwoerM FatlYY I wAr/w W MU11 9^18 UIRTM wMw EY �FMF 13MW I MYM/M (MtrrM Wow "OEM RMAN 34.00 lerwaas $XUR - Mwjw wM= twulr YfUM MN omF.ar.J r,wwt i EFtYW&OWAVMeylF F� I MAMA MAW $Uam Mwt711 .NyylbPrn IRM •M1i1 tT J � ! T= T t ItwrrAlmom swam t ss r..rw T iMMMwTaaaa E i IF11 1� W M� 1� iMY p®tM PapYRmFM f735t,M1 (M7w,Ttn R1.Mrd4 �i1M44 Ml®A - AYWaI PMRYY IaY tWtm iUir.70 wwAw I 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 • 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 archhecUengineer 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 facilfties, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 1 B. 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 lt 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 Preparation of submittals in reply to this SOO, 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 speck 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 (OBE) GOAL: Pursuant to Section 2.8.2 11 of the Advisory Circular, firms shall provide in their submittals in response to this SOO 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. 6. Wave all least one full itime stalliled OWPOMW 811160 M1101A 200 Miles &4110 P21M (This requirement has been stricken as per Addendum 3). 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 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. Responsivenesstadherence 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. (16 POINTS). POINTS}This has been stricken as per Addendum 3. 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, THURSDAY, AUGUST 3, 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. Any 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: Craici.Gladders(Moalmsoringsca.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 10 3:00 P.M., Local Time. Wednesday, July 26, 2017. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. INFORMATION REQUIRED OF RESPONDENTS AND FORMAT OF RESPONSE: The submittals must be In an 8 'h 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 (26) 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", OBE 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) conies) 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. s � 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 Calffornia-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 80000.368, 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 speck 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 fine 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 office to the Palm Springs Intemational 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 1050.1F. 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 speck 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. 13.4 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; (a) Knowledge and understanding of the latest trends and systems used by other airports; (d)Analytic and diagnostic capability; (a) 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 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. E.1 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 archltecturallengineering 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 wit 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 falls 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 SOO. Firms that submit a submittal in response to this SOO shall certify the following: 14 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 SOO 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 IS 0 0 part, any or all submittals and to cancel all or part of this SOO 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 SOO. 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 SOO 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 SOO 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 spec 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 lasses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this SOO process. NOTE THAT THE CITY MAY NOT RECOGNIZE SUBMITTALS WHERE ALL OF THE INFORMATION,VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH SUBMITTALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO SUBMITTAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this SOO in the preparation of their submittal or participation in any presentation if requested, or any other aspects of the entire SOO process. 16 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. 11ti )May 23,2017 I City of Palm Springs 451 Eon Vanderbilt way Division of Procurement and Contracting Suite 200 3200 E.Tahquitz Canyon Way San Bernardino,CA 92408 Palm Springs,CA 92262 Tel: (909)888.1106 Attn:Mr.Craig Gladders,CAM,Procurement and Contracting Manager Fa.: (909)889-1884 wsp.wm RE:Request for Qualifications(RFQ)No.06.17 for On-Call Aviation Consulting Services for Palm Springs International Airport(PSP) Dear Mr.Gladders; Often,the first and last impression the City of Palms Springs(City)makes on visitors to ern t ouhern California the Coachella Valley is the experience of its gateway to flight: PSP.Through its airport Southern tstics Arport ' capital improvement program(ACIP),the City has embraced a forward-thinking approach to meet increased user traffic by undertaking critical airport infrastructure,system and Eric Ray, Airport Manager 1 building upgrades.These improvements help meet demand and provide an enhanced (760)243-1910 traveler experience.The reconstruction of the terminal apron and Taxiway G,replacement of San Bernardino County commercial runway 13R-311.,conceptual design of a new rental car facility and ticketing hall Airports remodel are a few such projects. James Jenkins,Director ` As the City's on-call consultant and partner in these endeavors over the past five years.WSP (909)387-8810Lambert-St Louis Airport ' USA(WSP)greatly values the partnership that we ve developed,the benefits of which can be seen in the goals achieved and real improvements made.Moreover,we will bring heightened Angel Ramos,Assistant 1 value as your trusted advisor and technical resource,and confidence in knowing that we Director of Engineering understand your expectations and will perform diligently to deliver task orders on time, within (314)551-5008 budget,and to your standards of quality and completeness. As detailed in our SOQ that follows,WSP offers the City the benefits of: ® A program manager you know and trust: Curt Ingraham,PE,is a proven technical expert and team leader who has successfully managed numerous recent efforts at PSP—he worked closely with the City to deliver the terminal ramp reconstruction,runway rehabilitation and security access control system upgrade,to 1 name a few.Curt is adept at optimizing workflow among the team,and employs a task order approach that emphasizes consultant-client coordination,value engineering,quality control,and cost and schedule management. ' ® Comprehensive resources,locally based: From our experience working with you,we understand that the ` variety of potential task orders under this on-call requires an equally varied set of skills. We have structured ' our team to provide the City with continuity of the staff you have been working with,and the full depth of our 90-person office located within 45 minutes of PSP.Our team provides all of the capabilities requested in the RFQ, and the ability to engage a global network of more than 37,000 professionals across all disciplines.We have more than ' adequate capacity to respond to any number of task orders,and our committed subconsultants,including several Disadvantaged Business Enterprises(DBEs),augment our team with specialized services. ' Experience achieving PSP objectives:WSP's portfolio spans more than 300 programs or projects at regional general aviation airports and many of the world's largest commercial service airports.More ' important is the experience we've gained by working directly with you to improve,upgrade and expand PSP facilities;the sort of knowledge only acquired by working on the ground together to cooperatively advance the City's objectives.For example,our current contract to modernize and expand the ticketing wing and baggage collection ' system represents one part of a three-pronged capital improvement project to provide the Preferred Alternative recommended by the PSP Master Plan Update.The two other components consist of the expanding and modernizing ' the rental car facilities and updating and expanding the Baggage Claim facilities. We submit the following SOQ as a team of professionals passionate about our work It illustrates our ability and desire ' to continue to help you to achieve your goals.We are all excited about what we can achieve together over the next five years.If you have any questions,please contact Curt Ingraham at(760)981.2126 or Ingmham@pbworld.com. Sincerely, Victor Martinez Inland Empire Area Manager 1 ATTACHMENT "A" "THIS FORM MUST BE COMPLETED AND SUBMITTED—see Section B.1 under"Firm"* STATEMENT OF QUALIFICATIONS (SOO)#0647 On-Call Aviation Consulting Services for Palm Springs International Airport ' NAME OF COMPANY: SIGNATURE AUTHORIZATION WSP USA ' BUSINESS ADDRESS:45,East yamerbi8".Suite zoo.San Samardim.CA 92406 1' TELEPHONE:(909)888.1108 CELL PHONE FAX(909)888-1804 CONTACTPERSONAcwManinez.wamEmPwAmsannew EMAIL ADDRESS A. 1 hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. ' VJCfiV MaMrjd,Wand Empim Area Manaq 1 INT NAME AND TITLE 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: New Ymk 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. 1 2. My tax identification number is: 11.153,589 ' ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOQ 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) # + islare hereby acknowledged. 18 1 1 SECTION B • • FIRM: WSP History and Structure of the Firm WSP is a corporation registered in the state of New York.The professional services consulting firm, 1 Parsons Brinckerhoff,was founded in 1885.In 2014.Parsons Brinckerhoff was acquired by WSP Global to form WSP i Parsons Brinkerhoff,one of the world's leading professional services WSP's commitment to the consulting firms,with more than 37,000 professionals,located in over 500 offices in 40 countries City and PSP is shared around the globe.As of May 10,2017,the company has unified under one name:WSP.Moving by every member ofour rforward as WSP,we commit to providing the same expertise,dedication to technical excellence and consulting team:provide innovation,and local focus we have provided to our clients for more than 130 years. comprehensive aviation iservices in a manner that Below are organization charts of WSP's U.S,Transportation&Infrastructure(Exhibit t)and emphasizes airport access, Southern California(Exhibit 2)operations. safety and efficiency to Exhibit is Corporate Structure minimize disruption to airport users and operations. ' I 1 — Ju Puton Bami.FkNelty ® Jelf Sdxdimun Raremary Olmwrb MW Mery6 / TB0 L.Radgm =�Iml terry Lnmrtl 11r6 nnw 4 PMTa....d aMxe McNNMt Fm&Ma. o.0 WtM ' Exhibit 2:Southern California ' Organization ' OrangeArea Manager Area Manager ' Vkror ICtOf ,rtIr>ez Llsa th Rex tt of Staff:90 tt of Staff.so tt of Staff 129 tt of Staff,62 M Ralf includes Ardlitects,CiviliTm[fic/ElectricaUStructural Engineers,Environmental Spvdalists,Transportation and Land-use Pl:mners,Construclion 1,iLmagers,Progr:mt Manager,CAUL-I'nhnld;tns,Modelers On-Call Aviation Consulting Services for Palm Spnngs'nternazional Airport I SOQ No.O6•17 • FIRM:WSP I SECTION B 13.1 Contract Modifications We have reviewed the subject Request for Qualifications(RFQ)and Agreement issued by the City and would like to discuss the following articles during contract negotiations: Firm Name: Article 1.1 Services of Consultant WSP USA ...As a material inducement to the City entering into this Agreement,Consultant represents arid- Year Founded: ' warrants that Consultant is a provider of first class"or k and professional services and that 1885 Consultant is experienced in performing the Work and Services contemplated and,in light of such Local Address: status and experience,Consultant covenants that it shall follow the highestprofessiomal reasonably 451 East Vanderbik Way pruden standards in performing the Work and Services required in this Agreement. For purposes Suite200 Rof this Agreement,the phrase"highest reasonably Rrudent professional standards"shall mean San Bernardirxx CA 92408 those standards of practice recognized as high-quality generally accepted among well-qualified and Primary Contact: Mexperienced professionals performing similar work under similar circumstances. Curt Ingraham Recommendation:Delete the bold,strikethrough language.Insert the underscored language. (909)915-2507 office (760)987-2126 mobil ' Article 6.1 Indemnification and Reimbursement hyrahamepbworldcorn To the fullest extent permitted by law,Consultant shall indemnify, Type of Ownership: ' cost and expensr),protect and hold harmless City and its elected officials,officers,employees, Corporation ' agents and volunteers and all other public agencies whose approval of the project is required, Number of Offices: (individually"Indemnified Party";collectively"Indemnified Parties')against any and all - 0 e dwid Worlid liabilities,claims,judgments,arbitration awards,settlements,costs,demands,orders and penalties WortUnit d 50 100 (collectively"Claims'),including but not limited to Claims arising from injuries or death of persons (Consultant's employees included)and damage to property, Southern Califomia-4 to orarerefatedto to the extent the Claims are caused by the negligence,recklessness 1..or willful Number of Personnel: Person ' misconduct of Consultant,its agents,employees,or subcontractors... py�,�.Person * ' Recommendation: Delete the bold,strikethrough language. Insert the underscored language. United States-7,000• Southern Cali(wrria=325 � B.2 Insurance Requirements WSP meets the City's insurance coverage requirements stated in RFQ for Worker's Compensation, Commercial General Liability,Business Automobile and Employer Liability insurance.Our ' understanding of the RFQ is that a separate,project specific policy for professional liability is not required. We would request that WSP's insurance manager coordinate with the City's Risk Manager to confirm that our insurance program meets the City's requirements. 13.3 Commitment to Meeting Established DBE Goal WSP is committed to equal opportunity contracting in every project we undertake,and we are t fully committed to meeting the City's DBE goal of 6.3%established for this project.To ensure the ' meaningful involvement of small,local,disadvantaged and historically underutilized firms in the performance of this and every contract,WSP employs a multi-pronged approach to subconsultant ' outreach:monitoring certification databases for available resources(California Unified Certification ' Program,California Department of General Services,LA Metro,etc.);maintaining,updating and researching WSP's internal global subconsultant prequalification(SPQ)database;regularly attending ' small business and DBE outreach forums;hosting annual DBE networking events at our offices;and ' mentoring DBE firms through established agency programs such as Caltrans'Calmentor. To meet the established DBE goal for this contract,we have reached out to and included the following certified firms:Areliano&Associates(Arellano)for public outreach,GEOspatial ' Professional Solutions Inc.(GPSi)for aerial surveying/photogrammetry), Lynn Capouya,Inc.(LPI) for landscape architecture,CityWorks for architectural design,and Cindy Bales Engineering(CBE) j for constructability review and cost estimating. On-Call Aviation Consulting Services for Palm Springs International Airport I S0o No. 06-77 1 SECTION C • . KEY PERSONNEL © To continue providing the City with the level of personalized service and technical excellence expected from WSP,we offer our best,comprehensive local team—some of the most experienced and trusted aviation personnel in the industry—with whom you are familiar. The key to successfully delivering any project is a strong project management and a robust technical support team assigned to the effort,empowered to innovate and nimble in response to the City's needs.To that end,WSP yrfPs r proposes a fully integrated multidiscipline team with experience in fullyintegrated environmental compliance,planning,architectural and engineering design, aviatienservices and management of construction of a wide variety of airside and landside provide r comprehensiveprojects at 10 local airports and more than 175 airports worldwide.Most solu6tvts rimportantly,these are team members who are familiar with working with the � City at PSP through this on-call contract;they know the facilities and your E3 robjectives for their improvement,understand your standards and procedure, rand maintain positive relationships with your staff and key stakeholders. The organizational chart(Exhibit 3)introduces our core project team and identifies communication,functional and reporting responsibilities.As mentioned,if additional resources are required to support this contract, r WSP has the ability to tap into a vast internal U.S-based network of 7,000 rprofessionals across all disciplines Exhibit 3:Project Team rOrganizational Chart r r reastern Wallem,PE Jmdr a(lino) Q Curt Ingraham.PE George Harvifis,PE r MillwAICP,PMP r Brao6PAi g,ALA Cuff In aham•PE John Van Woeosel7R.b�m, LEED AP '+ ' . . JemiferKwhinski,PE Aroma pl.,�rTom Brooks Ptl ng.AlANCARB.LEED AP Jale Roberts PE John Van Woensel Curt r m RE Mark Kutnue.A'�CP Curt Ingraham.PE Laura Warner(Cw) Swan.,!,r r a.r/Hvd.ad.c; �,Imctah�ny Re+�ew Frank J.Unuua.FARA aI .P�CMPs Joel HLsh{HA) Mde Ste-&t rev pt.r aJp�rt Srsie ns ' NCARB(UMA) Janod We,CPESC.05D A'.c-+t:J S John Ues(CBE) Jennifer KuchlmF,PE Kevin Shyer AAE(W) ?tg.Ja�e y'.tso:,at s� _r•.:E:r ,a,.,, Aeni n>q ' Bran Demh Pochad Dkelman.PE E^ ra„iC-<. .11 tu'.�„ John Bales(CBE) Paul Hamd,on Povas(GPS) r�I mca Fk ,_ -o%umb ter) Ani J' h .oiri-rc.cu Pen,r y P.n 1 ' . h� ,r i, rb Rtk$;h ab PE.LEeD AP Rob Rcseman.PE Lo,rane AhlQuv CEM Dme Coerth Cheae B It(AA) Ha:.na' A „win„e vim '-"- Rn .,pr.ng Maieae eah Saran Fpr - verryOlxa ASLA(LG) Paul5nr PF.C"(T) use! g Amu Gha baron.PhD(t) t Arp ,r�r m,., J,ft k �y,5i>I^9 I FQ•Kay Peraamal Jim EI['OI[ PE.PLS v hu i,Ap,ra orc. Gareth Afilev.LEED AP Lacy Eeaeh Subconsvltanlr AA•Arallana and Associates(DBE) HA,Hirsh Associates CBE•Cindy Sales Eaprreeting(DBE) LCI•Lynn CapoWa.rm.(DBE) ' C W,CiryWaks(DBE) T•T,ining Conwking,Mc GPSi•GEOWeeal ProfennrW UMA•Urnea Makr Architect., Selutiau,Iri(DBE) W•Wnelpen.Inc Cn-Call Av.ation Consulting Services for Palm Springs International Airport I SCC No.06-17 yR I E r • Key Personnel I SECTION C r r Small Firm Responsiveness, Big Firm Resources rOur WSP team is comprised on world renowned experts in their fields.Most of our team members Our experience successfully rhave been partnered with PSP staff during the current five-year on-call,successfully delivering delivering airport projects rprojects ranging from Securill projects,to Airside Pavement Reconstruction,and more recently, at PSP,allows Curt and his the Ticketing Hall Remodel Project lessons learned on each project are captured and reconsidered team to anticipate a wide rwith each new task order by our local management team.This approach of providing a local range of location-specific be Program manager to anticipate your needs and expectations keeps our experts on task—providing yours that may your on ryour on-call task orders approaches to problems that are'right-sized'to Palm Spring's needs. •National Historic Building r The Ticketing Hall Remodel project currently underway brings specific lessons learned working requiring sensitivity during within the same structure as a number of the next anticipated projects.We understand that the City davehPment is sensitive to modifying the exterior of the Terminal Building.As with our current Ticketing Hall a Extreme seasonality Remodel project,every effort will be taken to maintain the Mid-Century Modern architectural style of airport traffic and of the baggage claim area.In order to deliver this sensitivity during design,the WSP team includes Challenges/opportunities to a well-known local architect,Frank Urrieta. Frank will monitor compliance with the character construction ping of the existing building,as well as direct this project through the City's Airport Commission,the a LWque demographic of r Historic Site Preservation Board and the Planning Commission for guidance,and ultimately, 'PSP users and challenges approval.Frank is also a WSP team member providing consulting services to the Airport during a resented to baggage conceptual study of the proposed rental car expansion project. system _ Speciality Subconsultants Enhance Resources In order to bring the City the best team possible,we have included specialtysubconsultant firms, rshown in Exhibit 4,that have the proven experience and resources to assist us in delivering quality r projects on-time and on-budget.Several of the firms we have included are DBE certified.Together, our team has the local knowledge,presence and experience needed to assist the City r r Exhibitd:CommittedSubconsu/tams rExperience r .Anllano(DBE)- I pubRcOutreach •LosArgeles:Intern atfa Airport adva77 staKell"M011111 r •Ontarialntematlonal. rt ON master Wpublic r Cindy Bales Engineering Constructability Review and Cost 'PSP multiple projects including runway extension 13R-31L airport Taxiway W' ' (DBE) Estimating •Oakland International Airport(OAK)in-pavement guard lights,taxiway lighting r CkyWorks.(DBE),'„ ,., Architecerxal'D - ''Sane°��n�n'ationali4itport($AN)As-neededPu�rdMe' c� t°�isal�S�rvices, In`teriorandlR GEOspatial Professional •Ail T Airport photogrammetric mapping services for San Bernardino International ' Solutions(DBE) eraopography Airport(SBD),Barstow-Daggett(DAG).LAX Southside Taxiway �3S 'a.lohn�W?jrne,4uport(SN,A) - te. W idated rtattal car fHtrshAssodatas � Plancw,g. faaiity(CONRAC.faoiiry) .� ' •LAXr / fwM sme Concourse Lynn Capouya(DBE) Landscape a SNA new Terminal C.parking structure and central plant landscape design Architecture • Long Beach Airport(LGB)Terminal Improvement Project gTwirdng rConsultlng �G S r 13R-31LgeatedwuEl'siuvkes ' r+--,:s.- "- "` Irrvesngae?n 1 !SI fi4iferminal Cbn caN:mataials:6sserg servKes Uffutla Marks' a PSP Baggage Claim Area Expansion,Security Checkpoint Lane Expansion,Architects Architectural Design South Parking Lot Merger&Alternate Design WoolperF i ,r, Parport GIs t Ge tiorwl(DIA)and Tulsa lntemati9d hector»akpart layout pans; (( 4V"�- FAA Wide Aream A�utjrttentanonSystem Program Office Aeronau' surveys On Call Aviation Consulting Services for Palm Springs International Airport I SOO No.06'7 I • Key Personne' I SECTION C As mentioned above,WSP has designated Curt Ingraham as our program manager for this on-call contract. He will be responsible for the overall team and workflow management,and coordination with the City.Curt will be supported by our principal in charge, Basem Muallem; senior advisor,Tina Millan;and quality assurance/quality control(QA/QC)manager,George Har villa.Additionally,WSP has identified five project managers to lead architectural,planning, environmental,design,and construction management efforts required for various task orders. Following are bios for key team members in each discipline,and a table of additional support staff for each service area. ® Curt Ingraham,M PE PROGRAM MANAGER In the course of his 30-year career,including 20 years managing airport projects for WSP Firm.WSP Curt has met the scheduled delivery time for all of his projects.Dual experience as project Years of Experience:30 manager and construction manager on airport projects provides Curt with a knowledge and understanding of both the design and construction perspectives,which enriches his value to the Education: City and this on-call contract,and allows him to develop projects that are accurately estimated 85.Civil Engineering ' and constructible.Curt will work closely with our task order managers and design teams to Professional Registration: ' develop solutions that meet the City's expectations,and are cost-effective,and completed on Civil Engineer:CA(44780) schedule and within budget As the program manager,Curt will lead the team and be the main Professional Affiliations: point of contact for team members,the City/Airport and stakeholders.He will provide proper American Society of Civil communication with the Federal Aviation Administration(FAA)and verify that the project is 1 Engineers;Engineers& meeting FAA guidelines and requirements.Curt's recent and relevant experience includes: Land Surveyor of California; `R PSP On-call Engineering,Palm Springs American Water Works California:program and construction manager Association;American ' for this on-call contract.To date,we have executed numerous task orders,including airfield Concrete Institute:Water ' thermoplastic CM,miscellaneous non-AIR,airline use and lease agreement,rental car facility Pogution Control Federation feasibility study.terminal apron and taxiway G reconstruction,rehabilitation of runway ' 1311-311.,SACS FIDS paging design,airfield lighting,and ticketing hall remodel. • Reconstruction of the Terminal Apron and Taxiway G,Palm Springs,California:This ' project reconstructed the entire active terminal aprons including a section constructed in Portland Cement Concrete.The WSP team recycled existing asphalt pavements as ' base material,which provided a substantial savings in construction cost.The lowest ' responsive bidder was within 1%of the engineer's estimate and completed the project on schedule and under budget.The project included developing a safety risk model,which t included coordination with the City,Airlines,FAA and the Transportation Security ' Administration(TSA). • Reconstruction of Runway 13R-31L, Palm Springs California:program manager and construction administration for the Reconstruction of Runway 13R-31L.WSP developed ' preliminary and final design PS&E for the full-depth replacement of the Airport's single commercial runway.To keep the airport active,parallel Taxiway C was used as a temporary commercial runway.A temporary new approach was required for use during the three- month repaving window. Coordination between the FAA Flight Standards All Weather Operations and Flight Procedures Office, PSP Airport Management and Air Traffic Control Tower Staff was conducted well in advance of the projects. Coordination had to be exact, ` resulting in no down time or interruption in commercial traffic. • Southern California Logistics Airport(SCLA)Aviation Engineering and Construction Management On-Call,Viclorville,California:project manager and construction ' manager for completion of high-speed exit Taxiway C to current Group VI standards,and ' reconstructing 7,600 feet of existing PCC and AC pavements to Group V standards,new runway guard lights,distance remaining signs and PAPIs. • Long Beach Airport Runway 7R/251 Long Beach,California:project manager for the civil ( portion for full reconstruction of Runway 7R/25L,which is 150 foot wide and 5,415 feet long, and intersects three other runways,and has 13 crossing/connecting taxiways. On-Call Aviation Consulting Services for Palm Springs tnterna[:onal Airport I $OQ No.06.17 ) • Key Personnel I SECTION C 1, QC.1 Architectural Design Services Capabilities WSP will provide the City with a team of local and national experts that excel in the field of aviation architecture.Our team will be led by Tom Brooks-Pilling,AIA,NCARB,LEED AP.Tom has 37 years of experience on a wide variety of projects,including aviation design at airports across the U.S. He will be the architect of record for all of design plans. r Tom Brooks-Pilling, AIA, NCARB, LEED AP PROJECT MANAGER:ARCHITECTURAL DESIGN Q Tom has 38 years of architectural experience on a diverse range of project types that include a variety Firm:WSP of airport facilities.He has served as programmer,planner,project architect,design manager,and Years of Experience:38 Mprincipal in charge on projects with a construction value in excess of$175M.Tom aims to find design solutions that enhances the passenger experience,reduces operational costs,and extends the Bachelor of Architecture airports architectural design aesthetic.His relevant experience providing architectural design for airports includes: Professional Registration: NCARB Certification • PSP On-call Engineering,Palm Springs,California:design manager who is responsible for (54752):U.S.Green Building guiding the programming,planning and design of the$26M Ticketing Hall Remodel project. Council LEED"Accredited ` • Columbia Regional Airport(COU)Terminal,Columbia,Missouri:principal architect for ! Professional I the planning of a new 33,350-square-foot,two-story four-gate terminal that houses ticketing, Professional Affiliations: ' baggage handling and airport training rooms, and restaurant,retail and airport operations. American Institute of • LaGuardia Airport(LGA)Master Plan,New York,New York:technical advisor for parking Architects:Design Build deployment in developing a comprehensive master plan for LaGuardia Airport Institute of America 1 • Emerson Field Facility Improvements,City of Branson West,Missouri:principal designer for a 3,500-square foot-terminal that features a 1,000-square-foot waiting hall,pilot amenities and ' FBO administration and support space,and 10,000-square-foot hangar building. Exhibit 5:Architectural Design Discipline Leads MNamelRolelFirm � Education/Credentials e V'tranK* BA Arclrteatxe • In gn'andROl', esterPan ' Te Architect - • N LnngM e�Pfan r MY n t5 •Teledyne Ryan Site Eeasl ility Stu r Frank Urrutia Bachelor of Architecture •PSP Baggage Claim Area Expansion Terminal Architecture Registered Architect:CA •PSP Security Checkpoint Lane Expansion r Urrutia Architecture (C7476) • PSP South Parking Lot Merger&Alternate Design ni 1p � ,r Ra I VI 1 .PSPA r un HaN R $aggager Ian r Licertse�' ectria �i •HaSfatt kttema rtal r wsP y� Axport all system r Rick Schwab a PSP Airport Ticketing Hall Remodel Mechani •SFO Airport Customs&Immigration Arrival Area Heating, ca F]ectrical Plumbing B Mechanical 9 r WSP y / g S, echanical Engineering Ventilation and Air Conditioning(HVAC)Renovation •Sea-lac International Airport South Satellite Renovation r Gerry"Ohta ASLA,., l •O, Easit Parlang'LoC Expartsco IS n protect for on sine w �x BA Landarape Afchitacttae a� J y AtdiitecC,CA 154 parting: xnproyenterr� r s �G ) �' ) eSNA,NewtTerminal..PatlongStrucexeandrCer' itra`alPlan. ' Gareth Ashley Airport IT Bachelor of Laws(LLB) • PSP Airport Ticketing Hall Remodel WSP 1' I On-Call Aviation Consulting Services For Palm Springs international Auport I Soo No.06-17 r . Key Personnel I SECTION C r ® C.2 Engineering Design Services Capabilities WSP has included team members that have the expertise and qualifications to rsuccessfully deliver the various components of the airside/landside engineering r projects required under this contract.Our team will provide the Airport with civil design;utility investigation/coordination;grading;drainage;pavement design/markings;alignment airfield rpavement design/marking;pavement rehabilitation;obstruction studies(if applicable);NAVAID rand lighting design;terminal/facilities site design;structural engineering;mechanical,electrical, and plumbing(MEP)systems design;geotechnical investigation;and surveying and mapping. r r Curt Ingraham, PE r PROJECT MANAGER: ENGINEERING DESIGN rIn addition to serving as our overall program manager for this contract,Curt will also act as Curti experience and designated task order manager for engineering design. He will field assignments requiring qualifications are detailed rengineering services,lead the design effort and manage the workflow of the team.He will in his program manager ralso lead any runway and/or taxiway design efforts required under the contract. Curt has resume on Page S. been serving in this role throughout WSP's previous PSP aviation services on-call contract r with the City. r Exhibit 6:Engineering Design Discipline Leads rI' EducationiCredentials Qualifications George Ha Ia PE BS CrvilEngmeer ng PSP Avport Oral�Q' sup QA/Q M�tager Createsd *trat andaudks .st ns,offon WCm1`Engmeer, ' WSP Certikaoort QA/ Procedures ' +PSP Runway 13R-31L Reconstruction Engineering Design Jake Roberts PE •SCLA Runway 17-35 Reconstruction Engineering Design and BS,Civil Engineering y 9' 9 9 Runway/Taxiway Design r Civil Engineer:CA(77308) Construction Management WSP •Burbank Airport Taxiway C,D and G Reconstruction and Runway 1 Guard Light Project Engineering Design Errv� ' n�' SourceIFRARVRunwa r.9 27 an Ta; �A Drainage FI 'ty S�tortnwe Q -.-. �Eros'on ' ` ' -15-La N andl Analysis 1 W PPP/ Ps SP Ol_.114 _ • 6t]J ands: raukc Richard 1 Dinkelmon,PE • PSP Airport On-call QA/QC 85.Civil Engineering ' Utility Investigation Civil Engineer:CA(24169) 'Needles Highway Project QA/QC WSP • Former Assistant City Engineer,City of Ontario,CA ` Ro6,Roseman ED AP •PSP'Runvaay13R-31L Remnstruttion Electric Design Aafield4LigfmngJ, B ED AEk%chtalEnga�eenng •LGATermrdRedevebprnenCEkxtrialDesign WSP [GBRunway!7L 25 cal Desigrt Paul Soltis,PE,GE MS,BS,Civil Engineering • LGB Taxiway J Improvements Geotechnical Studies Geotechnical Engineering Civil Engineer:CA(56140); •LGB Taxiway G East of Runway 12-30 Air Carrier Ramp Twining Consulting Geotechnical Engineer:CA Geotechnical Studies (2606) • SAN Taxiway C Rehabilitation Geotechnical Studies i Jlm Elliott P PLS Mathemabcs •CAX Souths de Ta mva S and' 5 CA(4390 •LGt3�"t a`r n MaPw� a� ' s�Surveyin9'/� PPm9/ �n9' p)�C�r,4iE�. mt.7) Padan9,StructureSurveyir!9 ''' ? �1 iLard'Surv_eyo_r'?CA{6334) :•; 9(17 ands TaxiwayASurveying ' t ,. SSA,A&- On-Call Aviation Consulting Services For Palm Springs nternatlonai Airport I SCO No.06-117 It • Key Personne' I SECTION C C.3 Construction Management Services Capabilities WSP provides complete professional consulting services,planning through construction.To address the City's needs related to construction management and inspection,we will provide experienced resources in all aspects of aviation facilities construction, including full service management and inspection,constructability review,scheduling and project controls,and cost estimating. Larry Shaw PROJECT MANAGER:CONSTRUCTION MANAGEMENT ' Firm:WSP Larry will act as designated project manager for construction management. He will field � Years of Experience:33 assignments requiring these services,mobilize the appropriate team to address task order requirements,and,if appropriate,lead and manage the workflow of the team,Larry is currently Education: providing these services under WSPi current PSP aviation services on-call contract with the City. BS Environmental Sciences ' His construction management experience and qualifications also include the following projects: Professional Affiliations: • Construction Management 1 PSP On-call Engineering,Palm Springs,California: deputy project manager for the Association of America ' Terminal Ticketing Area and Baggage Handling System Improvements project.This project involves major renovation of 25 ticketing counters positions,baggage handling systems Mand incoming passenger arrival areas. Included in the renovations is a complete redesign of r the outgoing baggage handling system.This$20M project involves extensive interface with all airline stakeholders,TSA,and on-site airport operations,IT,security and management personnel. Construction will be divided into two phases. ' Consolidated Rental tar Facility(RCC),San Diego International Airport,San Diego, ' California:project manager responsible for the design and construction administration for the four-story,approximately 2-million-square-foot building for the San Diego County Regional Airport Authority.The$316M rental car center consolidates the operations of 17 rental car companies into one location.The facility is located within airport property and includes fueling,car wash and light maintenance facilities on the first three levels.The project is targeting a LEED Silver Certification from the U.S.Green Building Council. Major elements of construction are:cut-in-place concrete structure with a deep pile foundation system,customer service building with offices and customer transaction counter space,car ' maintenance bays equipped with car washes on levels I to 3,lifts and fueling stations on levels t to 3,photovoltaic roof shade structures,enhanced skin fagade and canopy elements, landscaping and bio swales,employee parking and roadway improvements.The delivery ' method is construction managementigeneral contractor(CM/GC). • City of Anaheim,Anaheim Regional Transportation Intermodal Center(ARTIC), Anaheim,California:project manager currently closing out vertical transportation tasks for this award winning$185M intermodal transportation hub,which included iconic ' architecture,major rail and platform facilities,local and regional bus facilities,parking and ' site development,as well as master planning of future regional transportation modes. 1 On-Call Aviation Consulting Serv'ces for Palm Springs International Airport I SOQ No,06-17 1 . Key Personnel I SECTION r rExhibit h Construction Management Discipline Leads r Jake •PSP Terminal Apion�and Taxnvay G'Reconstructfon r P Bs,civil;Engineeri`g •LGB Rurrvrayt7R/25Lnsm,ction Evil neer.CA #7730 •. ~ VVSP SCLA�Av Engineering and Constrxtion Management Services On•calt' rCertified Caltrans Bridge •Burbank Airport Authority Entrance Roads and Parkin Lots Mlke Stewart Inspector;Caltrans Certificate P ty g � Construction Management and inspection r Constructability Review of Proficiency in Construction •Chino Airport Runway and Taxiways Construction WSP Materials;Los Angeles County r Deputy Concrete Inspector •DAG Parallel Taxiway and Airfield Lighting Vault r' DB AircField SoluU�or-ts Trauirg: �PSR �n 1 R�'31 L duct r tors� 'eWi�Egtxprrtertt Y ( bartks,cabliilg. egula John. tenan'ce�Ai�rfield kal a"doDn �� it andSystems P AirporcTaxmay"W"Reltabilifatiart r Cast •OAIC pavement Guard Ligfus&Ta dway 13ghtmg •1Santa barbara ifield Electrfcal Rehabiktattort •SANRW �tus.GomputerContrdSystem ' Dave Coberth ACI Class I-Concrete a Boston Logan International Airport(BOS)CONRAC Facility rScheduling/Project Controls Testing License;ACI Class II-Inspection Engineering License: . g05 International Terminal B Improvements WSP Confined Space Training •SANDAG Mid-Coast Corridor Transit r CA and C.5 Airport Planning and Environmental 1 Services Capabilities ' The WSP team has recent experience providing the City with airport planning and environmental services needed to progress its CIP.For this contract,we anticipate the services will include airport layout plan and exhibit development,airport master ` planning,airside/landside development planning,land use management planning,airfield and 1 airspace planning,airport feasibility/site selection,economic impact assessments,terminal and facilities planning,passenger facility/customer facility charge applications,environmental rassessments,planning,permitting and State and Federal(CEQA/NEPA)environmental reviews. ` John van Woensel PROJECT MANAGER:PLANNING AND ENVIRONMENTAL SERVICES ^' Finn:WSP John has more than 30 years of experience in aviation planning,which includes airfield and Years of Experience:31 airport master and strategic planning for clients ranging from large-hubs to general aviation Education: airports,air cargo studies,site selection and environmental assessment/environmental impact MS,Contract and Acquisition statement purpose and need and alternatives.John is an experienced project manager able Management;BS,Aviation ` to convey complex technical issues in terms meaningful for the audience and has extensive Management experience in the diplomatic approach often required when balancing the needs of airports with i Professional Affiliations: those of host communities,agencies and other stakeholders. He is a private pilot with instrument I Airport Consultant Council; training,as well as a guest lecturer at area universities and cofounder and instructor at the ACC's American Association annual planning course.His relevant experience includes: of Airport Executives; Aircraft Owners and Pilots ' Baltimore-Washington International Airport,On-Call Planning Services,Baltimore, I Association Maryland:project manager/principal in charge for on-call planning tasks,including Airport Registration: ' Licensed Private Pilot On-Call Aviaion Consulting Services For Palm Springs Internationa(Airport l SOQ No.06-17 1 • • Key Personnel I SECTION C Layout Plan(ALP)set recommendations,runway safety area compliance alternatives and master plan IFE and peer review services. • Orlando International Airport,Master Plan Update,Orlando,Florida:planning task manager oversaw the preparation of the forecast and demand capacity analysis. 1 Chicago O'Hare International Airport Purpose and Need and Alternatives Analysis, ' Chicago World Gateway Environmental Assessment(EA),Chicago,Illinois:project manager for this project,which included major enhancements to the existing terminals, construction of a new terminal and numerous enabling and independent utility projects. R • Salt Lake City International Airport(SLC)Cargo Study,Salt Lake City,Utah:project manager recommended the location and size of future cargo facilities;projected cargo demand and calculated optimal associated facilities. • Missoula International Airport Master Plan Update,Missoula,Montana:project manager for a full plan update that considered long term needs for air carrier activity,general aviation hangar and fixed base operation(FBO)needs and cargo facilities. • Palm Beach County Airports,West Palm Beach,Florida:project manager for the airport master plans for Palm Beach International(PBI)and reliever airports Lantana,North County Airport and Pahokee Airport.The PBI master plan developed a new terminal concept for the long-term and provided detailed runway justification for the start of the EIS. 1 • LGA New LaGuardia Airport Plan,New York,New York:project manager-aviation(sub to HOK) for this study developed a comprehensive plan for the potential development of LGA.While one of the airport's four terminals was underway,no plan existed for the rest of the airport.The New LaGuardia Plan developed a 20-year plan that included an optimal location and configuration of the Delta Air Lines terminal(which has since moved toward implementation),and associated roadways,taxiway exit and parallel taxiway improvements and safety enhancements,potential air train access changes,and the west maintenance and 1 support area.The plan was completed on an accelerated schedule in 10 months. 1 Exhibit u:Planning and Environmental Discipline Leads 1 � Education/Credentials Qualifications / Kev I ShMAAEM • ,rbaQle Gkrtdale GLS AC�t1.50/5300. SBcomGIc Gyte�rtt Dore•lpertF ID GQ ogramdevelopmeM.fortheFAAOflfceof 1 11111 Lorraine Ahlquist,CEM MS,Biological Sciences:BS, •California High Speed Rail,Statewide.California: senior Environmental Environmental Studies environmental manager 1 Documentation/Permitting Certified Environmental • Fallbrook Community Airpark Airport Master Plan,Fallbrook. 1 WSP Manager(7332) California:environmental planner � �� e:SdGCF�ra��tionSydneyln�remaiional'Airport .4ustraRti.kek!" . p engR7eEr S;Emdrarmental .,Sod Mtaracrer'a°�ort US Coast GueidH carters.WasMng�n. D.G�I�'d e'�`ngmeer Tracy Beach MBA.Finance •Midway International Airport Privatization PFC Application: ` Passenger Facility/Customer project manager FacilityCharge Applications BS,Finance and General ` g P� Business Springfield Branson National Airport PFC Analyses and WSP Application:project manager `+ On-Call Aviation Consulting$ervaes For Palm Springs'.ncernatronal Airport I SOQ No 06-17 r • Key Personnel I SECTION C C.6 Other Airport Specialty Consulting Services MThe WSP team is a one stop local shop.We have all of the capabilities built in to provide the City with the following specialty services in accordance with the anticipated CIP:FAA coordination,safety management systems,aerial surveying/ ' photogrammetry,materials testing and public outreach. Jennifer Kuchinski, PE TASK ORDER MANAGER:SPECIALITY SERVICES/FAA COORDINATION "' ' Firm:WSP Jennifer is a certified senior project manager for WSP and is experienced in planning,design, Years of Experience:20 project management and construction management for airfield,airport landside and related Education: iairport facility projects.She has served in a lead project management role on countless airport MS Civil Engineering; projects across the country earning a hands-on reputation for delivering projects on time and BS Civil Engineering within budget.Her relevant experience includes: Professional Certification: Professional Engineer: • Safety Risk Assessment (SRA)for Runway 13R-31L Reconstruction Project,PSP,Palm Arizona.2007(47149) Springs,California:led the SRA and CSPP phasing/management of traffic planning professional Affiliations: ' activities for an$6M runway reconstruction at PSP. American Association of • Safety Risk Assessment for the Apron Reconstruction Project,PSP,Palm Springs, Airport Executives:Airport California:led the SPA and CSPP phasing/management of traffic planning activities for an Council International-North $8M apron reconstruction at PSP. America ' • Safety Management System(SMS)Program,O'Hare International Airport,Chicago, Illinois:provided evaluation of airport's current safety program and protocols,creation ' of SMS documentation compliant with anticipated FAA rule making,and leading ' process creation and documentation for Safety Risk Assessments compliant with Internal Order 5200.11. 1 • Safety Management System Program,Lambert-St.Louis International Airport,St. ' Louis,Missouri:provided evaluation of airport's current safety program and protocols, ' creation of SMS documentation compliant with anticipated FAA rule making,and leading process creation and documentation for Safety Risk Assessments compliant.. ' r Cuyahoga County Airport Environmental Assessment,Ohio:project manager providing specialty services for the air quality assessments associated with the EA for extending the runway and related airfield improvements. • Runway 13/31 Reconstruction,Topeka Regional Airport at Forbes Field,Metropolitan ' Topeka Airport Authority,Topeka,Kansas:principal and project engineering for the planning study and condition assessment,final design and construction management of a S55M reconstruction of the 150-foot by 12,800-foot primary runway. 1 Exhibit 9:Speciality Services Discipline Leads ' e . 7 Pau amtltat Rh ers So ety for` �` f .y' 1'Su Photograrr &YRemote SBD.dAG,and Needles Airports:aenafsurvey and mapp ng. � Sensing—''(15400)3 P�j� W, � , ' Chester Britt a Los Angeles World Airports(LAWA)Air Quality and Source Public Outreach BA,Sociology and Business Apportionment Study Public Outreach Arellano Administration a Developed project fact sheets and brochures to help with community outreach AmlrGhavoPhD PIiD Ctvil andand Errvtm coral ` I&MSn f """gBaseT$away Pavemertt1 zt,„. -� j !GrapefrunBoulevardPaveffign ahPation(Coachella)" '° MaterialsPTesong lEngmeenng MitsterofSaence • ' " •�f[i•$heet ��8f1�1 +in Rathvays Eng rg i y„ t nfrastntcture Improvements(San ,1 "�� � •�... '°' f �'2. .trxx �,�� 82RHIdkIO��v 8 •� .r :, ♦a�S, i*+�� S kx 4��'s^; j On-Call Aviation Consulting Services for Palm Springs International Airport l $OC)Mo.0b-'7 ) SECTION D • • OTHER RELATED QUALIFICATIONS ® For more than 50 years,WSP has been a key resource in Southern California for aviation M • planning,rehabilitation of infrastructure,and design and construction management of new and expanded facilities,both landside and airside.Our aviation presence is distinct—we integrate our full service capabilities to deliver turn key solutions to our clients.Our portfolio is vast and varied,encompassing virtually every type of aviation infrastructure and facility improvement— many involving FAA Airport Improvement Program(AIP)grant Exhibit 10. WSP's Southern California Aviation Experience funds.And our results are reliable—we develop thorough,structured work plans to focus on the critical path and �� a &maSanind;m7 deliver on schedule;routinely realize Ontario ' cost savings though value engineering a adaH Inn + pedland, i Municipal . . and design innovation;maintain a < fl _ _ _ _ _ _ _ _ - Mrecord of highly accurate engineering `"',�n p - - ' clan", estimates;and always design with r;-' sustainability in mind. /t_ mnoeei6 palm sidFis Locally,we have been supporting r-�w n Yr3 the City for the past five years with n "` c"`9 ` ' range of professional aviation services ,� under your previous on-call.What this experience has afforded us is a ! ' ' true understanding of your needs and \` challenges,objectives and expectations. 1 We will carry that knowledge forward Mto help you move steadily forward in implementing your CIP program. ^v?^a D.1 FAA Experience ' 2. WSP's experience with the FAA and46 km ' knowledge of its regulations,policies, - ' procedures,and advisory circulars will - help expedite completion of all tasks associated with this project.The firm is well-recognized by the FAA Western-Pacific Regional Office and the Washington, DC headquarters;we have assisted the FAA with the coordination and timing of many airport development projects over the last 25 years, including successful management of grata projects for Southern California airports. For the recent PSP Runway 13R-31L rehabilitation design project,the team coordinated with the FAA ' to present the use of parallel Taxiway C as a temporary runway,and met extensively with FAA Flight Standards All Weather Operations and FAA Flight Procedures Office.We also recently leveraged our experience with FAA to assist the RAL manager in expediting design for the rehabilitation of the apron adjacent to the fixed- WSP has extensive experience working with the FAA ' base operator and to fully use FAA AIP grant funding for each Los Angeles Airports District Office. In the last 10 project.Additionally,the team coordinated with the FAA Los years,we have helped secure AIP and MAP funding at Angeles Airport District Office to successfully justify the AIP ` grant funding of the relocation and rehabilitation of Taxiway 16 commercial service and general aviation airports in A to meet FAA separation standards.We have also secured Southern California. FAA AIP grant funding for projects such as the construction ' of Taxiway B at DAG for the County of San Bernardino Department of Airports by communicating the benefit and importance of the project to the National Aviation Services. On-Call Aviation Consulting Services for Palm Springs International A(rpart { SOD r3o.06-17 • Other Rented Qua'ifications I SECTION 0 D.2 Specific Experience Delivering Project Within Budget Meeting our clients'expectations isri t just a goal,it's our commitment.Funding,timing and use impact are integral to our scheduling and monitoring.We drive ourselves and our subconsultants to deliver on time and at or under engineer's estimate without endangering workers or travelers,the On six projects at Redlands, environment,or product quality.Our staff is experienced at managing projects in climates similar Riverside,Needles,Chino to that at PSP,and we have developed procedures to keep projects on schedule.These efficiencies and Twentyrtine Palms not only enhance scheduling,but provide rewards to the bottom line.Time saved is money saved. airports,final construction costs returned savings of The following project descriptions demonstrate our ability to successfully complete a project while $50,000 to$530,000 per remaining within the client's budget. project vs.WSP engineer's estimates LGB Runway 7R-25L Rehabilitation, Long Beach, California WSP provided civil engineering design and construction management services to Long Beach Airport for a three-year period.As part of that contract,the team performed design for the rehabilitation of Runway 7R-25L.To achieve project success,we worked closely with the Airport to fully understand its overall goals for the project,and then applied knowledge of FAA standards and creative design ideas. no The Airport originally wanted to rehabilitate the runway to the FAA standard runway size of 150 feet. However,due to the ' nature of the runway and the type of aircraft using it, WSP suggested rehabilitating only 75 feet of the total 150 feet,which would still meets FAA standards,but result in significant ' construction cost savings. ' The team designed the runway to FAA asphalt pavements standards,which is specific to the airplane weight,and 1 incorporated P-401 pavement to provide at least a 20-year life ' cycle.Additionally,new high-intensity runway lights were designed and installed,along with runway guard lights at WSP saved LGB over20%in construction cons by reducing nine connector taxiways to alert pilots and minimize runway the rehabilitation o f Runway 7R-25L from 150 feet to 75 feet. incursions.The guard lights use the latest LED technology to extend lamp life and to reduce maintenance and operational costs. SCLA Runway 3-21 Rehabilitation, Victorville, California The development of SCLA is an ambitious and long-awaited opportunity to showcase the City of M13 ' Victorville and the airport as a significant transportation hub for the global movement of cargo by air,and nationally by rail.WSP has been selected for multiple on-call engineering projects at SCLA, 0 ' focused primarily on repair and replacement of airside pavements and reconstruction of facilities. no ' All projects use FAA AIP funding and are based on bids per the requirements of the FAA. As part of an on-call contract,the team assisted in accessing AIP funding, completing PS&E,and providing bid assistance to secure a contractor 1 and FAA construction grant for rehabilitation of the 9,138-foot-long by ' 150-foot-wide Runway 3-21. Curt led the runway reconstruction project, which reused surface and underlying Portland cement concrete(PCC) pavements as the components for P-306 Econocrete(controlled low- strength concrete)as a stabilized base under new P501 PCC pavements. The design diverted more than 25,000 tons of material from landfills and resulted in over a half million dollars in savings ' Contractor bids were within 2%of WSP's engineers estimate.FAA accepted the project and provided the airport with a federal grant. WSP's design for rehabilitation of Runway 3-21 ` saved SCLA$525,000 in construction costs. On-Call Aviation Consuinng services for Palm SQnngs'nternational Airport { SOQ No 06-17 Other Related Qualifications I SECTION D3 DBE Participation WSP does not approach minority participation as a"requirement"or"percentage of work:'Our emphasis has been and continues to be on mentoring and developing small businesses through active participation as a WSP team member—not in a secondary role as a subconsultant,but i as an integral component of the team.Our track record is well-documented with numerous minority and small business outreach programs on a national level. To ensure the meaningful involvement of small,local,disadvantaged and historically underutilized firms in the performance of this and every contract,WSP employs a multi- pronged approach to subconsultant outreach:we routinely attend agency-sponsored small business forums such as the Caltrans Calmentor program,host annual open houses and introductory meetings with specialty subconsultants,maintain ongoing communication with project partners,and follow our established contracting implementation plan for specific subcontracting opportunities.Our plan is tailored to effectively support the specific program goals of our clients: • Monitor and download certification databases for available resources • Maintain,update and research WSrs internal SPQ system database WSP was awarded the Caltrans • Develop a reference matrix for task order managers to select firms based on project needs District 11 Calmentor Program Contact firms to introduce WSP and the intention of our outreach Outstanding Performance Award for Mentorship in 3Ot7 ' • Confirm prequalification in our SPQ system or assist them in getting prequalified r • Review and select firms to support the team based on qualifications and project needs Additionally,in an effort to perpetuate the benefits of equal opportunity subconsultant engagement,and break down barriers to contracting with small and disadvantaged businesses, WSP assists in educating eligible firms about available programs and helping to guide them ' through application and certification processes. In cases where firms have the design skill sets required,but lack the format or platform capabilities needed,we help take their draft plans in ' CADD and put them into the accepted standard,such as MicroStation.We have also assisted ' DBE firms with invoicing and backup preparations and the Federal Acquisition Regulation(FAR) ` audit process.To help mentor these firms,WSP performs QA/QC on team member plans and provides guidance to enhance their quality. / As illustrated in the following exhibit.WSP routinely exceeds DBE goals. 1 Exhibit 11:WSP's History of DBE Contracting i 1 35 1 30 1 20 1 2° 1 ev° 15 1 To 1 5 1 ATL CLE SFO MIA SEA AUS DFW MSY ORD LAX 1 L'gaid WSP has consistently exceeded MBE/WBE/DBE 1 ■ Goal participation goals on our major airport capital ■ Achieved developmentlimpmrement programs 1 1 On-Call Aviation Consulting Services for Palm Springs International Airport I SOO No 06-17 • �Other Related Qualifications SECTION DA Project Management Tools Project management is the discipline of planning,organizing,leading and controlling resources ' to achieve specific project goals and objectives of honoring the preconceived constraints of scope, schedule and budget.WSP has developed procedures to standardize project delivery practices, and we employ the use of various tools to support these processes and provide more accurate cost and schedule development,and measurable outcomes. t t 1 � Budget and Cost Management Y WSP has an overall excellent track record in meeting project budgets as a result of internal reporting systems in place on every project.At the inception of u ' each task order,the firm assigns a specific job number against which labor and m SCOPE expenses are charged and tracked.The project cost reporting system receives electronic timesheet data from personnel worldwide on a weekly basis through an intranet/internet website which is automatically incorporated into the WSP o Information System platform.Project managers are provided with reports on a rweekly basis identifying who has charged hours and other direct coststexpenses to their projects.They also receive a summary status report every four weeks on the cumulative charges that have accrued to their projects.Subconsultant invoicing information is also included in these reports.The data can also be ' provided at more frequent intervals or accessed as needed on-line by the project manager.In this way,our Project Manager is always informed of the most current incurred costs and percentage of budget spent so he can take actions to counter trends that could lead to ' cost overruns. Earned Value Management WSP provides our task order managers the tools to effectively control their An important tool used by WSP is the Earned Value Management(EVM)techniques projects and develop accurate reports ' for measuring project progress in an objective manner.EVM has the unique ability for our clients.Some examples are: to combine measurements of scope,schedule,and cost in a single integrated system. ' When properly applied, EVM provides an early warning of project performance problems.When deviations(+/-5%)from planned budget expenditures are detected, a mtrvet.ay P� slat 1/ the WSP team will analyze the deviation and take the necessary corrective action to taefe�Fir�n a bring the project back within plan. 1 ' Schedule Control At the start of each task order,we will develop a project-specific critical path method updates aeeotxtts (CPM)schedule using Primavera 6 that will incorporate and inter-relate all activitiesIl elements tesotxce / necessary to accomplish the project objectives.It will establish activity priorities Lost and focus attention on activities critical to on-time project completion.The project a proms rns[reporton schedule is a dynamic management tool for decision-making,reflecting both baseline , condition and subsequent changes and events.The schedule will be integrated with document the work breakdown structure,project budget,project progress reports and other snlxrls information available through our business management system.Depending on the ' specific size and nature of a task order,the appropriate scheduling tools will be used to r develop and monitor the project schedule. Document Control WSP requires every project to have a filing system that is organized in accordance with the ` work breakdown structure identified in the scope of services.To the extent possible,files are stored electronically.Large or complex projects have additional document control procedures to f identify and control large volumes of documents. \ 1 � I ) (t On-Call Aviation Consulting$ervkes For Palm Springs International Airport I $OQ No.06-17 f • *other Related Qualifications I SECTION D ' We will use our interactive Web-based file-sharing software,ProjectSolve,on current and future task orders.ProjectSolve allows teams of all sizes to communicate and share information easily, regardless of their location.The benefits of using ProjectSolve include a single location for file sharing,version control,comments tracking,and project organization for the entire delivery team. It is used daily by our staff for all our active projects.The ProjectSolve,sharepoint tool: • Serves as a repository of project information; • Provides the entire team access to control posted information; • Houses a team directory with all contact information; ' • Maintains a calendar to identify events,deliverables and other critical activities; • Tracks evolving versions of documents and maintains current versions for all team members; ' • Provides alerts and notification;and ' • Provides information security,regardless of location or information. D.5 Previous Contract of Similar Size and Scope Palm Springs International Airport On-Call Engineering PALM SPRINGS,CALIFORNIA WSP was selected by the City to provide on-call aviation consulting services related to airside and ' landside improvement projects at the PSP. Under the contract,the team has provided a variety © v� of capabilities,including planning,environmental,engineering,architecture and construction ' management,to help the City advance its ACIP and its numerous associated infrastructure ' and facilities improvement projects.These projects have included airfield thermoplastic CM. Q miscellaneous non-AIR airline use and lease agreement,rental car facility feasibility study, ' terminal apron and Taxiway G reconstruction,rehabilitation of runway 13R-31L,SACS FIDS paging design,airfield lighting,and ticketing hail model. ' (a)Responsiveness and attentiveness to client needs: For the Runway 13R-31L Rehabilitation,WSP developed preliminary and final design PS&E for the full-depth replacement of the airport's single commercial runway.To ' keep the runway active,a temporary new approach was required for use during the three-month repaving window.On-site meetings with the FAA Flight 1 Standards All Weather Operations and Flight Procedures Office,and PSP Airport ' Management and Air Traffic Control Tower were conducted well in advance to make sure the temporary runway solution—moving traffic to parallel Taxiway C—was in full compliance with FAA regulations.Coordination had to be exact, ' enabling implementation of the temporary approach the night before its use,and resumption of normal activity upon completion. ` WSP provided PSBE for the reconstruction (b)Creative and problem solving ability:During the Ticketing Hall Remodel of PSP1;only commercial runway in a span of ' project,we displayed that we clearly understand the City is sensitive to modifying eight months and walked the FAA through ' the exterior of the Terminal Building.What began as a Ticketing Hall Expansion the approval process,enabling continued project has developed into a project to completely renovate the interior public operation of commercial services during ` space and replace the current baggage handling system with a modern system construction on a temporary runway derived 1 within the confines of a historic structure.The entire WSP team has made every from the existing parallel taxiway effort to maintain the Mid-Century Modem architectural style of the Bbaggage ' claim area while incorporating modern equipment and infrastructure within the existing 1 footprint of the building. Improvements to the interior and structure of the existing building will update the ticketing wing to current code standards while preserving the historic look of this area. WSP is working with PSP to package the Ticketing Hall Remodel for public bidding in segments ' that meet the current funding plan for improvements—so that at no time does the City have to On Call Aviation Consufring Services for Palm Springs international Airport I SOD No 06-17 . Other Related Qualifications I SECTION D wait for funding to award projects. in the case of the Ticketing Hall Remodel project,this has required splitting the construction ' project into multiple bids and using assignment of early award packages to the general contractor. This process will enable the Airport to continue procurement of long lead time items prior to award of the General Contract at a cost that falls within its current available funding program. (c) Knowledge and understanding of the latest trends and systems used by other airports:The WSP team is a leader in developing and using new technology.Our on-call experience providing new technologies to improve safety and keep ahead of passenger needs includes developing a state-of-the-art baggage system that is capable of expanding to provide passengers with the ability to self-tag and check bags.We are providing a state of the art shared use system that will be capable of providing passengers with the ability to use self check-in procedures and ultimately allowing the passenger to check in with personal devices.Our ' Baggage Makeup system will modernize the"back of house'allowing for a significant increase in throughput of bags with little to no handling of bags.Automatic tag readers will direct bags automatically to baggage handling carousels minimizing the risk of mishandling bags.The Ticketing Hall Remodel project 1 has brought a common/shared use platform to the ticketing ` counters and boarding gates and potentially to kiosks as airline acceptance grows.WSP is assisting PSP in designing and placing enhanced interactive signage and wayfinding throughout the _ terminal,including the IT platform to introduce terminal ' mapping on personal devices in place to enhance the experience of the passenger.Prior IT/security projects by WSP have included ! updating security access controls to include biometric readers in 1 addition to typical smart cards. (d)Analytic and diagnostic capability:Runway 1311-311, Rehabilitation—This project was complex due to the requirement WSP will include interactive signage and wayjinding of completing the project in a highly compressed schedule to avoid throughout the terminal as shown in the conceptual image ' the peak travel season,while maintaining airfield and terminal above of the Ticketing Flail Remodelproject. operation during all phases of construction.Accordingly,WSP worked closely with the FAA,TSA,and seven airlines to develop ra detailed six-phase construction sequencing plan that would allow airport operations to continue while meeting stringent FAA Safety Management System protocol.Ticketing Hall Remodel—This current project will involve the commissioning of a new ' building-Commissioning is defined as A systematic process of assuring that a building performs in accordance with the design intent and the owner's operational needs.The process ensures,through documented verification,that all building systems perform ' interactively according to the documented design intent"Tasks to achieve this objective include: • Performing constructability reviews of design documents. r Confirming that the design meets the owner's expectations and goals. • Preparing a Commissioning Plan. • Reviewing equipment and system submittals of items to be commissioned. • Checking all equipment and systems to be commissioned. • Witnessing contractor-performed Functional Performance Testing. • Preparing a Deficiencies List(this is actually an ongoing process that begins with the review of design documents and concludes after the building systems are turned over the owner). • Reviewing operating&maintenance manuals for completeness. ' • Reviewing training programs prior to contractor presentation. Assembling written verification that training was conducted for all commissioned features and systems. • Developing a Systems Manual that documents system benchmarks for optimal performance, recommended schedule for ongoing benchmarking and other guidelines a Performing Near-Warranty End review of current building operations and identifying any outstanding warranty issues prior to ' the end of warranty period. ' On-Cad Aviation Consulting Services for Palm Springs international Airport I SOQ No.06-i1 • •Other Related Qualifications I SECTION D (e)Oral and written communication skills: In order to achieve success on the contract as a whole,or on each individual task order,direct and continuous communication is essential. Day-to-day communication provides us with an invaluable tool in the transfer of information to keep the WSP team,and City and airport staff updated on the tasks at hand.Our program manager,Curt, regularly met with City and PSP staff to discuss the schedule and budget for each ongoing task order,as well as any potential issues or scope changes that needed to be addressed immediately.Ticketing Hall Remodel-The WSP team consists of leaders in their fields:experts in the fields of airfield pavement design and repair,airfield lighting and signage,structural engineers,mechanical and systems engineers,environmental engineers,planners and architects.All are capable in demonstrating their expertise and its rimpact to projects at the staff,committee,commission or city council level.Our current management team of Curt Ingraham,Tom Brooks-Pilling and Larry Shaw will continue to provide this level of service as will any new task leads. ' (f)Interaction with client's organization,i.e.,other divisions and personnel: During our current tenure with PSP—our team has interacted with all of the Airport and many City departments.We have coordinated construction safety plans and managed risk during construction projects by developing the PSP SMS Plan with PSP Administration,FAA Tower Chief, airlines,and ground and maintenance crews.We directly interacted with security and IT teams at the Airport during design and implementation of the Security Access Control Systems(SACS)and Flight Information Display Systems(FIDS),including the rdesign and construction of a new Security Control System.The I WSP team also directly interacts with the airside maintenance group during the scoping,design and construction of the Apron ' Pavement Reconstruction as well as the Runwayl3R-31L project. ` Our WSP team responds to requests Airline requests to revise I gate alignments to accommodate an evolving aircraft Fleet. The Ticketing Hall Remodel project brought our team into contact with the City of Palm Springs Historical Committee as well as the City Council.Our baggage experts are interacting with local ' and national representatives of the TSA and Office of Homeland ' Security.WSP has formed a good working relationship with the City and its procurement specialists.We have assisted in preparing rthe City procurement documents for all of the PSP FAA-funded projects during the last five years—ensuring that the City Public Bidding process is upheld.All projects that have been advertised have been successfully awarded without issue—a track record we WSP provided design support during construction of the ' are pleased to be a part of. Apron Pavement Reconstruction Project. Maintaining ' (g)Project funding:WSP works in partnership with the Airport airport operations was critical for PSP during this project. Administration to provide technical support during the selection of projects to be included in the Airport's ACIP,and to provide ' construction estimates for future projects.The estimates WSP provides are the cornerstone of funding provided by the FAA in the AIR.WSP takes this responsibility seriously as this becomes the basis of funding for A1P projects.WSP staff manages project scope creep to ensure that projects meet the limit of FAA funding as projects are funded on a per Bid Basis.WSP is proud of its ' track record in providing PS&Es that do not exceed FAA funding,or in turn,leave available funding on the table.PSP Terminal ' Ramp and TWY G-WSP staff managed to develop a project that used three different paving sections to maximize the amount of pavement that could be accomplished while supporting different functional requirements(vehicle only,light aircraft under 100,000 Ibs,and heavy aircraft).Our original engineer's estimate of$10.75M stood up well to the$11.77M average of bids—and the project ' was awarded at$I0.84M with FAA Approval.PSP Runway 1311-311.Rehabilitation-WSP developed a conceptual cost for using in programming$12M for construction from the AIP pool. We developed PS&Es to complete reconstruction while maintaining a fully operational commercial airport by converting a parallel taxiway into a VFR Runway. Our original engineers estimate of SUM ' stood up well to the$11.2M average of bids-and the project was awarded at$9.95M with FAA approval. On-Call AY ation Consulting Serves Far Pam$prangs international Airport 1506 No.06=7 SECTION E • i WORK PLAN DETAILED OUTLINE PSP has targeted the Design Terminal Capacity Baggage System as an ACIP for 2019.This project is supported in the Master Plan Update adopted in 2015. Section 2 of the Master Plan identifies the operational inefficiency of the existing baggage claim area and in Section 4.4 compares current levels of service with optimal levels of service as defined by the International Air Transport Association (IATA).The Master Plan identifies a significant deficiency in floor area per passenger with current conditions approximately half of the required area for optimal efficiency. Two unique factors at work within the terminal environment that ' contribute to the reduced level of service within the baggage claim area is the extreme seasonality of the Airport's passengers and the exceptional quantity of oversize luggage mostly attributed to golf club bags.The WSP team has identified these same unique characteristics during our schematic design and development of construction documents for the remodel of the ticketing and check-in areas.As with ticketing,the Rbaggage claim area will need to accommodate oversize bags and work at an acceptable service level at peak demand. The Master Plan indicates a number of both the facilities existing conditions as well as projections through 2028.WSP team does agrees Above:Rendering showcasing our design for the that the existing facilities are operating at a service level below optimum. ticketing area at PSP. The first order of work will be to review and update the Master Plan ' documents to accurately portray the trends of travel at PSP.Since the Below:Rendering using the same schematic design bulk of documentation for the Master Plan was collected prior to 2008— for the anticipated"Design Terminal Capacity ' we will track the forecasting through 2017 and compare to existing levels Baggage System"project of service.We will update the requirements for inbound baggage through 1 the year 2035 and use that as a design guideline ensuring that what we design in 2018 is not undersized because of incorrect design assumptions. As with the Ticketing Wing project,we will also review the new airline 1 equipment and determine additional requirements due to larger aircraft now bringing larger passenger and baggage loads to PSP.The addition of the Air Canada 767 service will impact the circulation and capacity requirements for baggage claim. 1 WSP will develop a number of alternatives to include requirements ` for baggage claim device frontage(leading to the number and type ` of devices),baggage service office area and baggage claim circulation I area.WSP will determine baggage claim facility requirements based on ' peak hour terminating passengers,and will look at alternatives to limit the expansion of building footprints. The proposed"Terminal Capacity Baggage System"may include the following enhancements to Palm Springs International Airport Baggage Claim Hall: • Relocation of the rental car reservation counters to the proposed Rental Car Center will remove ' competing demands for floor area.Currently passengers queuing for the rental car counters ` compete for space with passengers retrieving their bags.With the rental car reservation counters relocated,the expanded floor area will be available for passengers to retrieve their bags and ' comfortably flow through the space. ■ Replacement of the existing Oat plate continuous feed baggage claim conveyors with flight specific sloped plate carousels.The benefits of the sloped plat carousels include: ■ Increased capacity that allows for more bags per square foot of conveyor.With limited area ` for baggage claim,the increase capacity maximizes Floor area usage. r • Increased plate area allows for larger bags such as golf bags, PSP has more golf bags throughput than any other airport in the country. On-Call Aviation Consulting Services for Palm Springs nternational A,rporc 1 $OC No 06-17 I • • •Work Plan Detailed Outline I SECTION E • Expansion of the Baggage Claim Hall will provide space for installing additional baggage claim conveyors.This will provide for additional capacity to support current and projected . deplanements. Planned appropriately,this expansion provides"swing"space to allow renovation of the existing Baggage Claim Hall while maintaining baggage claim capacity during construction. 1 E.1 Key Personnel and Availability WSPs proposed key personnel for this task"Design Terminal Capacity Baggage System"will include the same team members currently working on the PSP rental car facility feasibility study ' and the PSP ticketing hall bag screening.See Exhibit 11 for our staff availability. Our team will be led by Curt Ingraham,PE,who been working with PSP as project manager for the past five years,and is familiar with the Airport and City of Palm Springs processes and procedures.Curt's experience and knowledge will be invaluable asset for the Baggage Claim Hall rexpansion and renovation. ' Tom Brooks-Pilling,ALA,LEED AP will serve as WSP's design manager and is responsible for guiding the architecture and engineering team to create a functional and aesthetically pleasing and environmentally responsible design solution.Tom is an ideal candidate for this position by virtue of his current experience at PSP,where he and his team are designing the expansion to the ticketing hall in a manner that improves the passenger experience in an architectural theme that is inspired by the airport's Mid-Century Modern vocabulary. Joining Curt and Tom is Frank Urmlia of Urrutia Marks Architects,which is a local Palm 1 Springs architectural firm that specializes in additions and renovations to Mid-Century Modern architecture. Frank provides a unique perspective to the team as he has designed other additions to PSP and he has the confidence of the City of Palm Springs City Council to design an addition 1 that is historically appropriate. The baggage claim system will be designed and engineered by Brian Derich,who started his career in airline operations and now leads WSP's aviation IT,security and systems design team. Brian is currently working with Curt and Tom on the Ticketing Hall Expansion project and is responsible for the design of the new baggage handling system that is designed to improve throughput and reliability with less staff and better working conditions. ' Gareth Ashley,LEED AP,is a senior associate who leads our aviation building technology systems group.He will be responsible for integrating the airline IT systems into the Baggage Claim Hall visual display systems so that passengers are directed to the appropriate baggage claim carousel efficiently and effectively.Gareth is currently working with Curt and Tom on PSP's ' tTcketing hall expansion and is responsible for implementing shared-use systems for ticketing and boarding. Exhibit t2.Task Key Persannel/Avadability Key Personnel Avai i ability ' ?^ojeccManager�Ctxtktgmham PEr r .5p%` Lead Architect-Tom Brooks Pilling NCARB LEED AP 50% Architect kFranusco 1 Umnw'FARA 'r s7%'`r ` 17 Baggage-Brian Derich 4' 70% ' A,rportGaredYey LEED AP r70% On-Call Aviation Consulting Services for Palm Springs international Airport 1500 No 06-17 1 • •Work Plan Detailed Outline I SECTION E E.2 Work Plan J Methodology WSP's approach to the Palm Springs International Airport Baggage Claim Hall project will be based on three essential components. r Our design will be attractive—appropriate to architect Don Wexler's vision for his Mid-Century Modern masterpiece. M • It must work well.This means that we must understand PSP's overall objectives and translate these objectives into efficient plans and functional details. ' • Our design must also be affordable and offer maximum value.Through our design and high-quality construction documents,we will strive to provide the highest value for each available construction dollar. ' To achieve these combined goals,we will approach the Palm Springs ' International Airport assignment simultaneously as artists,technicians,and project managers. Kick-Off Meeting:We will initiate the project with a project kick-off meeting ' at PSP,which will be attended by the Airport's leadership team and WSP's ' key team members.This meeting will serve to reconfirm the pro)ect's scope of services,budget,and schedule.In addition, this will be an opportunity to clarify project protocol issues,such as who is copied on correspondence and WSP proposes to maintain Don Wexler's vision Who approves design submissions. for the Mid-Century modern appea/of the 1 Baggage Claim Hall project as we maintained on ' Review of Existing Conditions:Having a thorough understanding of the ticketing Hall Remodel project. existing conditions is critical to our learns ability to assemble a thorough and ' executable design.Through our current work at PSP we have reviewed,collected and scanned many of the construction document sets(CDs)that PSP has on hand from prior projects.With the Baggage Claim Hall project WSP proposes to collect and scan PSP's remaining CD's and catalog them with a document management software which will allow them to be retrieved at ease when rneeded for maintenance and repairs as well as for use in designing future capital projects. Field visits by the full A/E team will confirm existing conditions and the capacity of existing systems to serve the proposed addition and renovation. ' Phased Design Process:We propose that this project follow the traditional architectural/engineering phases of Conceptual Design,Schematic Design,Design Development and Construction Documents.With Conceptual Design,we will use the Airport's planning data to determine the required capacity of the baggage handling system.With this data we will develop several / alternatives for how the required capacity can be deployed within the existing Baggage Claim Hall and adjacent addition.These alternatives will be reviewed with PSP's leadership team and airline partners to validate the assumptions and select the preferred alternative or combination of alternatives. Having airline buy-in early in the design concept is critical to maintaining the project schedule and ultimately project success. ' Schematic Design is the opportunity for establishing the overall architecture for the Baggage Claim Hall.We anticipate that the interior architecture developed by WSP for the Ticketing Hall project will continue through the Baggage Claim Hall,creating a unified architectural aesthetic that is inspired by Don Wexler's t design for the original terminal.The exterior architecture needs to be respectful of Wexler's design and will require a context sensitive solution that will require review and approval ` by the multiple City commissions,which include the Airport Commission,the City of Palm Springs Historic Preservation Commission,the Architectural Advisory Committee,the City ' Planning Commission,and ultimately,the City Council.Working with the Airport Leadership Team,we will schedule the submittals and presentations to these commissions so as to obtain the required approvals while maintaining the project schedule. ' During Design Development,we work through the details to finalize the design. During this phase,our team of architects WSP's proposed ticketing Hall Remodel Project. II and engineers will reconfirm existing conditions against the ' documentation obtained earlier in the project. We will meet with the Airports IT and Maintenance Staff to discuss existing system availability,capacity and points of connection.The goal will be to document existing conditions and make decisions that we 1 " � I On-Call Aviation Consulting Services for Palm Springs international A.rowt I SOo No 06-17 • • Work Plan Derailed Outline I SECTION E I� can build upon during the subsequent construction document phase. During this phase,we will finalize the architecture for the Baggage Claim Hall.We will have an initial meeting with the Airport Leadership team to review the proposed materials,finishes and colors for the building addition and interiors.At the conclusion of Design Development,we will review the proposed material, finish and color selections with the City Council to obtain their approval to proceed. The Construction Document phase is one where WSP's design team finalizes the plans and specifications for the City to procure ! bids from the construction community,and ultimately,construct the project. During this phase,we will work with the Airport Leadership team and City Procurement staff to prepare the"front-end"specifications that describe the City's bidding and construction contract requirements.Given the size,the City may want to prequalify the contractors who will seek to bid this project.WSP will assist by preparing a draft Request for Qualifications narrative for the City's use is preparing the RFQ. WSP will assist the City during Bidding by attending the City's Pre-Bid Meeting,reviewing bidder's questions and preparing Addenda to memorialize refinements to the construction documents where appropriate.Once bids are received,WSP will review the bids received and will make our recommendation to the City. ' During construction,we will work with PSP's construction management consultant to assure that the construction work is being carried out in accord with the WSP's design intent.To achieve this objective,we will review the contractor's shop drawings,review and respond to their requests for information,and conduct field visits to review the construction during key milestone events. ' As the work is completed,we will perform inspections to confirm that the work is substantially complete and perform a final rinspection at project completion.As a prerequisite to final completion,the Airport Maintenance and IT staff will receive MEP and IT systems training from the contractor. E.3 Project Management / Management Tools The success of our projects relies on our project manager's ability to lead the project from beginning to end.Curt Ingraham,PE, 1 is WSP's program manager;his efforts have already started with preparing this qualifications package,and will continue with the scoping meetings with PSP—and through all phases of design,construction documents,and construction administration. ' Success in our work effort is highly dependent on successful interrelationships with our consultants,the client,and construction team.Our ability to work as team"players"is critical.The design process should run smoothly,without surprises.Effective ' communication (internally and externally)is the single most important component of successful working relationships with our ' own staff and the rest of the team.Curt is responsible for team communications,and to do this,he will be diligent in managing project scope,schedule and budget. Scope- It is essential that team members understand the contract. From the contract flow our obligations to the client(and the client's obligations to us)and our consultants responsibilities to us(and ours to them).Any revisions to project scope > L will be discussed and confirmed with the Airport Leadership Team prior to WSP °I, initiating the change. V P o s`. Schedule-To produce high-quality projects requires that our office run efficiently. A °V I ON major factor in this objective is having the right number and quality of people at the "� l v V O M right time.Our internal computerized Four Month Workload Projection is the basis ONO of our manpower scheduling,and will ensure accurate staff scheduling.Constant >V rreview of personnel requirements for potential work,in addition to work under d y '0�'' ` contract,allows us to eliminate overloads and provide high quality service to our o Ot clients by accepting only a reasonable volume of work and by hiring and training J CONSULTANTS 1 ' new personnel well in advance of peak workload demands. ' Each project begins with a detailed work plan establishing the tasks,hours and WSP process for maintaining communication ' staffing required to produce the project.The work plan is created in an Excel with our subconsultants and ASP. spreadsheet format calculating the staffing and fee requirements for the project. ' When the work plan is finalized and approved by the PSP,a detailed schedule is created showing delivery and timing of the project. ' Project deliverables are established and delivery dates incorporated into the project schedule. Reasonable float will be built into the schedule for unforeseen circumstances.Adequate time for WSP's internal quality review and PSP's review process will also be included in the project schedule. 1 On-Call Aviation Consulting Services for Palm Springs Intemanonal Airport I SOQ Na, 06-17 • •Work Plan petaled Outline I SECTION E Our design team will hold weekly internal meetings to confirm that the project remains on schedule. Biweekly senior management review confirms that the design team remains on track.If it appears that a schedule is slipping, the project manager will first see if adding resources can make up the slack If additional resources are not practical and might be detrimental to project outcomes, then WSP's project manager will immediately convene a meeting with PSP to discuss the slippage and possible alternatives that ' could be employed to correct the ultimate scheduled completion dates. Budget-During our initial scoping meeting with PSP,we will discuss the Airport's understanding of project scope and budget and discuss the underlying premises that were used to develop these budgets. Field visits by the full A/E team will confirm existing conditions and the capacity of existing systems to serve the proposed addition and renovation. With this information the WSP Mteam will use historical square foot cost data to confirm that the project scope and budget are adequate. ' As design proceeds,we will prepare a detailed quantity based unit price cost estimate for the work.This estimate will include reasonable contingencies for reflective of the level of design and project complexity.As the design work proceeds,the cost estimates are updated to reflect the additional level of detail and design cost contingencies are reduced.All estimates will include a bidding contingency that is reflective of the market conditions and a construction contingency that is reflective of the complexity ' of the work. The identification of alternate bid items will provide an additional cushion during bidding.If market conditions give the City 1 favorable bids,the City will have the opportunity to award the construction contract to include additional work that was not included in the base bid. EA Our Approach to Critical Path Items Critical Path items for this project include: ' a Airline Partner review and approval-We will work with the Airport Leadership Team to identify how the airlines will impact the design;identify key milestones when decisions will need to be made by the airlines;and establish a series of ' meetings to obtain the airlines review and approval. ' • City Commissions review and approval-The City has a prescribed sequence for its Commissions input and approval process. At project initiation we will identify the dates that each commission meets and input these dates into our project schedule.We will be vigilant in managing our work to achieve these dates to avoid delaying the sequence of our work • Baggage Handling Systems(BHS)procurement and fabrication-BHS systems are custom manufactured for each project. The time from receipt of bids to having material on site for construction can range from four to six months.As with the Ticketing Hall Remodel project,we recommend that PSP consider bidding the BHS as a separate bid package in advance of the general construction package so that the BHS systems can be in fabrication while the balance of the project is in final design. • High"Season- PSP historically has its heaviest passenger usage from October 15 to May 15. During this time,we want to ' minimize construction activities that will impede airline operations and customer convenience.The construction schedule will be built so that the majority of the work that affects operations will occur in the summer months beginning in mid-May ' and concluding by mid-October.The Baggage Claim Hall addition will provide an opportunity to construct"swing"space. Our plan would be to have the addition open and operational before commencing with the renovation of the existing space.If planned appropriately,we may have the ability to continue construction year-round without decreasing airline operations or 4, customer convenience. I On-Call Aviation Consulting Services for Palm$pcngs international Airport I $OO No.06'7 • • Work Plan Detailed Outline I SECTION E E.5 Similar Project Reference Lexington Blue Grass Airport: Snow Removal Equipment and Maintenance Facility As part of the recently completed Master Plan,the 1 Blue Grass Airport is undertaking a large-scale program to reconfigure its taxiways around and adjacent to the terminal apron.This program — — comprises multiple projects which enhance safety, operational flexibility,and complies with FAA design and safety standards.The first of these t projects was the relocation of the existing Snow Removal Equipment and Maintenance Facility complex,which includes 60,000 square feet of vehicle storage,vehicle maintenance,and material storage(salt,de-icing NAAC,and ground maintenance).It also includes office,break room, 1 kitchen,bunkrooms and restroom spaces for staff. ` The project site includes a four-island diesel and gas station,a 10,000-gallon potassium acetate filling station,and additional canopy storage for equipment and fleet vehicles. Key Staff on this Project:Jennifer Kuchinski(project Manager and Engineer of Record),Tom Brooks-Pilling(Architect of Record) FClient/Reference:Director of Engineering and Maintenance,Mark Day,PE(859)425 3152 E.6 Similar Project Budgeting and Cost Estimating We offer the following approach to schedule,budget and quality management and examples of our past successes in delivering of projects on time and within budget to our clients: 1 Managing Design Budgets-WSP believes that monitoring the costs of the project and their compatibility with the project budget is essential to the success of the project. A tool available to our project managers to control costs and budgets is the PBIS.This software,one of the most advanced project management tools utilized in the industry today,allows budget forecasting, which,in turn,allows the project manager to actively manage final design costs.This Oracle- based software tracks all project expenditures and automatically compares expenditures to budgets based on the percentage of the project completed.This comparison enables the project 1 manager to analyze trends,rapidly spot potential issues,and implement corrective action ' before it becomes too late. Proactive management of the cost control system enables the project manager to minimize schedule impacts. Managing Planned Construction Budgets-Managing the cost of how a design translates into real construction pricing starts at the very beginning of the design process itself.To develop accurate opinions of probable construction cost,many factors must be considered,some of which include region/location,complexity,size,business climate,schedule constraints, ' utility coordination,etc.We will prepare 30%t,60%,and 90%milestone deliverables for this ' project.At each of these key points in the design,an independent review of the cost estimate will be completed to verify estimates are in line with current industry pricing.In addition, ' constructability reviews and quality assurance measures will be performed at these same milestones.All of these activities are used to keep estimated construction costs on track relative to available budget,and ultimately,provide a quality project. I Qn-troll Aviation Consulting Services for Palm Springs international Airport I SOQ No 06-17 I • • Oork Plan Detailed Out:ine I SECTION E As demonstrated in Exhibit 13.the further along the project Exhibit 13:Project Cost Estimate develops,the more defined the cost will become.At each stage ' of the design,we will update the project cost estimate. By using a milestone deliverable process in which we will have a face-to-face review to discuss these updated cost estimates,the design team and MNAA,by virtue of risk based analyses,can Si; M ttWoRedo� identify cost risks which may impact the project.Should a risk be identified that may push costs over budget,we will work j1 CooR&W together as a team to alter the design accordingly and to bring d$ FtwRidsRuked it back within the available budget. When it comes down to it,successful projects cannot be undertaken in a vacuum.Throughout the life of the project, our team will work with the Airport and maintain a high level of communication in order to get the maximum results out of ` the available funds for this project. Sdsere6c 30% 60% 100% l"ansHvetion Below are examples of our team's past performance on Deayi Deign Design Design management of budgeted versus actual project costs Pr*d Devebpment Pro ss Exhibit 14:WSP's Past Performance Budgeted Versus Actual Project Costs Construction Costs SR terwice, : E12.700.000 r SCLA Runway 3-21 Rehabilitation $4.450 $421000 1 t�xriprvr7, averriert�Raoons ttort 10�-1 sloe PSP Runway l3R-31LRehabilitation $23.060,363 $9,952,019 1 On-Call Aviation Consulting Services for Palm Springs International Arpon 1 SOQ No,06-17 1 r � � r r r r STATEMENTS OF QUALIFICATIONS (SOO 0647) r FOR ON-CALL AVIATION CONSULTING SERVICES r r ADDENDUM NO. 1 r This Addendum is being issued for the following changes and informational items: r THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP r DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. ' The City has received the following questions and is hereby providing answers ' thereto: Q.I I noticed on page 2 that there are a number of disciplines identified that the City of ' Palm Springs is seeking consultant assistance with. Specifically in the second paragraph of the Scope of Services section it is indicated that Firms under consideration are not expected to be capable of providing all of the disciplines sought. ` However, on the same page in last paragraph, it is indicated that ONLY firms that will provide ALL of the services requested in this SOQ may submit and further that no individual firm submittal will be accepted. Is the intent of the City to only receive submittals from Arms that have all of the disciplines within one submittal, in other words a team arrangement, or have firms that r specialize in any given category to only submit on that specific or those specific category(ies). A.1 It is the intent of the City to only receive submittals from firms that are able to provide all of the services and disciplines within one submittal. Some firms may sub-contract for a discipline that they may not have "in-house", but that will be part of their team, to provide all of the required disciplines to properly execute any ' given project. Firms are to clearly identify any sub-consultants and the services that they will perform. Finns should not submit for only a specific discipline or category. Such submittals will not be considered or evaluated. r r BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA r r Craig L. Gladders, C.P.M. r Procurement& Contracting Manager r DATE: May 11, 2017 ADDENDUM ACKNOWLEDGMENT: r Proposer Firm Name: WSP USA Authorized Signature: Date: 5/23/17 Acknowledgment of Receipt of A dendum 1 is required by signing and including ' the acknowledgment with your submittal, or you may also acknowledge the ' Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. r r r 1 1 1 1 1 C, w,9 Sp STATEMENTS OF QUALIFICATIONS(SOQ 06-17) FOR ON-CALL AVIATION CONSULTING SERVICES ADDENDUM NO. 2 This Addendum is being Issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and Is hereby providing answers thereto: 0.1 Our firm is interested in inquiring if signage and wayfinding will be it's own SOQ or RFP in the future or if we should submit to the current SOQ as part of a larger team? AA Signage and wayfinding is not a standalone project, but rather will be Included in the building projects If applicable, and be the responsibility of the firm(s) contracted as a result of this SOQ. 0.2 Will sub consultant(s)proposed by one team be permitted to be proposed on another team by a separate prime firm? A.2 Yes. 0.3 1 just wanted to da* that it is 25 pages total- single-sided. Or we can double- side, but that would bang it down to 12.5 pages. is that correct? At first 1 thought it totaled 50 pages - or 25 double-sided. But upon re-reading the RFQ, l see it says total of 25 pages. it was the may be double-side that confused me at first. Just wanted to make sure, that is a big difference! A.3 The City did not state "25 Oauss total-single sided"in the SOQ as implied in the question submitted above. As stated in the SOQ: "The submittals must be in an 8 % X 11 format (no other size paper allowed), minimum 10pt font size, minimum Yam margins, and may be no more than a total of twenty five(25) SHEETS OF PAPER. which maybe 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." For the purpose of responding to this question, the City is not changing the language as provided in the SOO, but rather requests that firms carefully read the Instructions and pay attention to the emphasis added In this answer to "sheets of paper"(not"pages")and may be "double sided". Q.4 Is the work plan (Section E) to include a new rental car lot, new addition building for rental car counters, moving or rental car counters AND expansion of baggage claim area and baggage carousels? OR, is the work plan just to address the expansion of baggage claim area and baggage carousels (as the title suggests) and then the rental car movement and expansion is a separate project? A.4 No, as stated in the SOO document, this exercise is just specifically for the "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 airlines to expedite bag delivery". Yes, the rental car movement and expansion is a separate project. The deadline for all questions has now passed. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L Gladders, C.P.M. Procurement& Contracting Manager DATE: May 16, 2017 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: WSP U,$A Authorized Signature: Date: 5/23/2017 VlCt9 J. art n , Inland Empire Area Manager Acknowledgment of Receipt 6f Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 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 architectlengineer 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: WSP Projects • Pavement Condition Index report • Civil Engineering for airside pavement repairs and rehabilitation • Design for Runway and Taxiway safety area maintenance, repair and rehabilitation • Design for airfield, associated buildings, security fencing and/or electrical system repair • Design for public vehicle parking lots and roadway repairs • Program Management for the consolidated rental car facility expansion • Bid documents and specifications for development of(ARFF) Airfield Rescue Fire Equip. • Safety management program development and completion per project • Bid documents and specifications for development of passenger boarding bridges • Bid documents and specifications for other airfield equipment such as runway sweeper, friction testing equipment, wildlife hazard program • Independent Fee estimation for program development of other professional service contracts • FAA categorical exclusion documentation preparation for associated projects • FAA cost benefit analysis for associated projects • Civil engineering for ADA related projects • Miscellaneous on-call design and support for unscheduled airfield projects 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 hftp://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 (AIE) 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" PALM SPRINGS INTERNATIONAL AIRPORT AS-NEEDED AVIATION CONSULTING SERVICES WSP USA Inc. Rate Sheet Through December 31,2023 AVERAGE AVERAGE FAR OH HRLY BILL CLASSIFICATION RAW RATE RANGE RAW RATE RATE FIXED FEE RATE 142.56% 10% MIN MAX Admin Asst 1 17.58 30.58 24.08 $34.20 $5.83 $64.24 ASSt Architect 23.83 41.44 32.63 $46.34 $7.90 $87.04 Asst Engineer 23.83 41.44 32.63 $46.34 $7.90 $87.04 Engineer 1 27.75 48.25 38.00 $53.97 $9.20 $101.37 Engineer II 32.45 56.43 44.44 $63.12 $10.76 $118.55 Environmental Eng I/Scientist II 27.75 56.43 42.09 $59.78 $10.19 $112.28 Lead Architect 41.50 81.79 61.64 $87.55 $14.92 $164.43 Lead Engineer 41.50 81.79 61.64 $87.S5 $14.92 $164.43 Lead Planner 41.50 81.79 61.64 $87.55 $14.92 $164A3 Principal Supv Inspector 41.50 $1.79 61.64 $87.55 $14.92 $164.43 Project Accountant 35.05 69.06 52.06 $73.94 $12.60 $138.88 Sr Admin Asst 23.83 41.44 32.63 $46.34 $7.90 $87.04 Sr Architect 35.0S 69.06 52.06 $73.94 $12.60 $138.88 Sr Architectural Mgr 68.38 150.62 109.50 $155,52 $26.50 $292.11 Sr CADD Designer 1/II 32.45 69.06 50.76 $72.09 $12.29 $135.41 Sr Contract Admin 41.50 81.79 61.64 $87.55 $14.92 $164.43 Sr Engineer 35.05 69.06 52.06 $73.94 $12.60 $138.88 Sr Engineering Mgr 68.38 150.62 109.50 $155.52 $26.50 $292.11 Sr Planning Mgr 68.38 150.62 109.50 $155.52 $26.50 $292.11 Sr Supv Architect 58.60 115.49 87.05 $123.64 $21.07 $232.22 Sr Supv CADD Designer 35.05 69.06 52.06 $73.94 $12.60 $138.88 Sr Supv Engineer 58.60 115.49 87.05 $123.64 $21.07 $232.22 Sr Supv Environmental Scientist 58.60 115.49 87.05 $123.64 $21.07 $232.22 Sr Supv Inspector 35.05 69.06 52.06 $73.94 $12.60 $139.88 Sr Supv Planner 58.60 115.49 87.05 $123.64 $21.07 $232.22 Staff Mgr 68.38 150.62 109.50 $155.52 $26.50 $292.11 Supv Engineer 49.40 97.35 73.38 $104.22 $17.76 $195.75 Supv Planner 49.40 97.35 73.38 $104.22 $17.76 $195.75 Supv Technician 32.45 56.43 44.44 $63.12 $10.76 $118.55 Technical Mgr 68.38 150.62 109.50 $155.52 $26.50 $292.11 • e Gensler � sea NO OS 17 Palm Springs inlemallonal Aapan �hfl q jt 1 _ yr Cy Aviaann Cnnsollinq Sornces Rate treat rhr,ugh 0c1 ember 3' 21:2t -- -- f'�"� 3112016 Low I.High Raw Ral,, FAR Re.o FicclProfil Billing Rate Pnncipal m Charge $ 77.00 S 98.00 $ 87.50 2.20 0.15 $ 322.00 Project Manager 5 58.00 $ 7300 S 65sO 2.20 0.15 S 241 04 Sr.PrppG Architect $ 59.00 5 75.00 S 67.00 2.20 0.15 3 246.56 Protect Architect $ 49.00 S 6300 S 56.00 2.20 0.15 S 206.08 Job Captain S 43.00 S 5400 S 4850 220 0.15 S 176.48 Design Drector S 6800 S 17.00 S 77.50 220 0.15 5 28510 Sr.Designs $ 48.00 5 61.00 S 54M 220 0.15 5 20056 AviaOen Planner S 41.00 S 5600 S 50,00 2.20 0.15 5 18400 Designer S 39.00 S 4900 S 41.00 2.20 0.15 5 15192 Jr Designer S 2800 5 35.DO 5 31.50 2.21) 0.15 5 115.92 Sr Farm Designer $ 63.00 $ 80.00 S 71.50 2,20 0.15 5 263.12 Interior Designer $ 4000 S 51.00 5 45.50 220 0.15 $ 167.44 Jr Interior Designer S 2500 3 3200 $ 28,50 2.20 0.15 $ 104.88 Sr Graphic Designer 5 6600 $ 84.00 $ 15.00 2.20 0,15 S 276.00 Graphic Designer S 47.00 S 5900 S 53,00 2.20 0.15 S 195.04 A Graphic Designer 5 26.00 S 3300 $ 2g.50 2.20 0.15 $ 108.56 Project Coordinator 5 21,00 S 2L00 $ 24.00 2.20 0.16 S 8832 CA Coordinator 5 2600 S 3300 S 2950 220 015 5 fall 56 BIM Manager 5 3000 S 3900 $ 3450 220 1ii5 5 12696 C&S-Civil Engineering and Construction Management JobOaSSITILXOrS Ra.Face Range Average FAR Rat. Fce.P.f.t Average CBS Principal In Charge 5 71.DO S 85.00 S 7800 1.64 0.22 S 251.22 CAS Construction Supervisor $ 51.00 S 7000 S 65.50 1.64 0.22 S 21096 CA$Construction Manager $ 52.00 $ 5000 S SO OD 1.54 0.22 S 180.36 C85 Resident Engineer S 4900 $ 55.00 5 52.00 1.64 0.22 5 167.4111 CSS Chief Observer $ 36.00 1 4500 5 40,50 1.64 022 5 130." CBS Serecr Observer S 30,00 5 35.00 5 32,501 1.64 0.22 S 1D4.68 CAS Obss", $ 2500 S 2900 S 27.DO 1.64 022 $ 86.96 Admen Assisunl S 1900 5 24.00 S 21.50 1.64 0.22 S 69.25 C85 Qv,Project Manager S 5200 $ woo S 56.00 164 0.22 S 180.36 CAS Civil Project Engineer S 4600 S 51.00 S 48.50 164 0.22 S 156.21 CBS Civil Stag Engineer $ 3600 S 45 00 S 4050 164 022 S 1304a CBS Civil Senior Designer 5 3000 S 35.0D S 3250 t 64 0.22 $ 104 69 CBS CNN Designer S 2800 $ 3200 $ 3000 164 022 S 96.62 ESA-Environmental Analysis Semces Be nit Ra!a i Project Technician l S 2146 5 25,49 S 23.48 20573 0.12 5 80.39 Project TacMYdan J S 3170 $ 37.65 $ 34.68 2.1 0.12 5 11873 Project Technician III S 4180 S 49.54 S 45.72 ZOSM 0.12 5 156.56 AssociateI S 2442 1 29.00 3 26.71 2.0573 0.12 5 91.46 Associate ll 1 29.52 5 35,42 S 32112 20573 0.12 S 111.69 Associate li S 34.19 S 4060 S 37.40 2,0573 0.12 S 12e0S Senior Asseceala I S 34.33 5 40.77 S 37.55 20573 0.12 3 128.57 Senior Associate II S 38.84 5 46.13 3 42.49 2.0573 0.12 1 145AIS Senior Assoc ate 111 5 45.00 S 33.54 S 49.31 2.0573 0.12 S 168.84 Managing Associate l $ 4259 5 50.59 3 46.59 2.0573 0.12 5 169.63 Managing Assaciale II S 48.73 3 S7.89 1 53,31 20573 0.12 $ lam Managing Associate lot 3 59.30 S 69.24 3 63.77 2,0573 0.12 5 214.37 Onsctor1 3 $2.75 S 02.64 5 57.69 2.0573 0.12 1 191 Director 11 5 6282 S 74.01 5 68.71 2.0573 0.12 S 235,29 Director 111 S 73.90 S 17.77 S 50.93 20573 0.12 5 276.79 Senior Dlmcmr' S 68.17 $ 00,97 S 7457 2.OS73 0.12 S 25S.33 Senior Director ll $ 83.93 5 9968 S 91.81 2.0573 0.12 $ 314.35 5011eer Diroctar If S 101.28 5 120.29 5 110.79 20573 0.12 3 379.36 PBS Engineering-Mechanical,Electrical,Plumbing.FLS Job Cla3s,ficatoms R.Rate Range Awfaje FAR Rate Fee.P,:,'! LQ,v to High Raw Rafe Pnrapal Engineer S 65.00 5 72 DO $ 6050 141 0.10 3 lill Project Manager 5 50.00 5 6000 $ 5600 1.11 0.10 S 145.01 Sr Engineer S 45.00 S 5200 S 4050 141 0.10 3 12857 Engineer 5 40.00 $ 5700 5 4850 r,at 0.10 1 128.57 Senlor Designer S 35.00 $ 4200. 5 38.50 141 0.10 1 102.00 Designer $ 3000 S 3700 5 3350 141 0.10 S Sell CADD Operalor $ 2500 3 3200 $ 28.50 tA1 111.10 S 79.55 i !► Walter P.Moore-Structural Engineering Job Chinsirwations RawRa!eRi Average FAR Rate F":Protl Average Principal 5 7645 S 8944 $ 8294 170 a15 5 257.54 Senior PM S 57.52 $ 6729 S 6240 170 0.15 S 19377 Despn Manager 5 76.17 S 89.11 $ 5264 1.70 0.15 3 256.59 PM S 55.35 S 6475 S 60.05 170 US S 186.44 Senior Eng S 43.87 $ 51.32 S 47.60 170 0.15 S 147.79 Engineer S 38.73 S 4531 S 4202. 170 0.15 $ 130,47 Graduate Eng $ 34.93 S 40.87 S 37.90 170 0.15 S 117,68 Senior Tech Designer 5 61.98 $ 72,51 5 67.25 1.70 0.15 S 208.81 Technical Designer S 4343 S 50.61 S 47.12 L70 0.15 $ 14630 Conrtico!ncorporated Job CrUnSificalions Ravi Rate Range Ave,ag, FAR Rare Fee , Average Principal $ 103.94 $ 12345 S 113.70 1.53 0.15 , 5 330.82 Senior AssOclate S 73.08 $ 97.63 S 85,38 1.53 0.16 S 241.36 Estimating Manager S 69.33 S 92.0 It 75.64 1.53 0.15 3 220.66 Savior Cost Estimator S 54 69 $ 70.80 S 6275 1.53 0.16 S 182.57 Senior Project Manger S 43.27 S 51.39 $ 47.33 1.53 0.1S 3 137.72 Project Manager 5 41.20 $ 45.93 $ 45.07 1.53 0.15 S 131.13 Cast Estirn itor S 36.06 5 42.83 5 3945 1.53 0.15 S 114.77 Tech Support S 21115 S 35.29 $ 3207 1.53 0.15 5 93.32 AcinJn Support S 32.02 S 3803 S 3503 1.53 0.15 S 101,91 Design JoInClassificatair,ii; Ron Rip%Range Average FAR Rate Fec Average 77cipe1 S 96.20 $ 117.00 $ 10660 1,69 0.10 S 31425 Project Director S 77.99 S 6034 S 79.17 168 O.ID $ 23339 St.Project Manager S 53.56 S 71.76 5 6266 1.68 0.10 $ 184.72 Slinwa0an Project Manager S 49.66 5 53.56 S 5161 1.68 0.10 $ 15275 Project Manager S 43S8 $ 61,36 S 52.52 1.68 0.10 S 154,83 $r Designer S 48.10 S 5356 5 5083 168 0,10 5 149.85 Project Engineer S 27.56 S 4290 S 35.23 1.68 0.10 S 103.86 Designer S 2660 S 3562 S 3211 1.68 0.10 S 94.66 Droltsomon $ 2626 5 3042 $ 28.34 168 0.10 S 8355 Administralha 5 2000 S 2000 S 2000. 168 0.10 S 5896 Technical SpecaSst l $ 30.00 S 40.0D S 35 00 1 1107 008 $ 7978 Technical Speciabst II $ 40.00 S 60.00 S 5000 1 1107 0.08 S 11398 Technical Speclatist 111 S 60.00 1 00.00 S 70.00 1 1107 0.08 S 159.57 Subject Matter&pen S 70.00 S 100.00 $ 6500 1.1107 0.08 S 193.76 GIS Database Arplilect S 6000 S 75.00 $ 6250 1.1107 008 S 142.47 Project Marager 1 $ 60.00 S 75.00 5 67.90 1.1107 009 S 153.87 Projal Manager it S 75.00 $ 90.00 S 62SO 1.1107 0.08 $ 18806 Project Manager It: $ 90.00 S 110.00 S 100.00 1.1107 0.08 S 227.96 Feld Engineer S 35.00 S 50.00 S 4250 1.1107 0.08 $ 96.as Flod Engineer ll 3 50.00 S 70.00 $ 60.00 1.1107 0.08 $ 13677 Field Engineer,Sr S 70.00 $ 06.00 S T7.50 1.1107 0.0a $ 17667 Adminlslrative Assistant 1 $ 30.00 S 40.00 S 36.00 11197 0.08 S 79.75 Adminlatrative Assistant ll $ 4500 S 8D.00 S 52.50 1.1107 0,08 $ 11968 AdMnts"Ove Assistant Sr. S 55-00 S 75.00 S 66.00 1.1107 0,08 $ 148.17 LEED ACminisbalor l S 4000 3 SMOD 8 45.00 1.1107 0.08 S 102,58 LEED Administrabr It 3 50.00 1 65.00 S 5750 11107 0,08 $ 131.07 LEED Administrator Sr. 3 66.00 S 7600 8 70.D0 1,1107 0.05 S 159.57 Mid-Level Environmental Scientist S 4500 S 43.00 6 55.00 11107 0.05 S 125.38 Senior Ermronni Scientist $ 6500 S 6500 S 75.00 11107 0.08 5 170.97 Soectabty Serrces S 60.00 5 100.00 S 8000 11107 OOB 5 18236 Loy,to H,gli Raw Rate 11WAq, Rate office, $ 105.63 S 156.S9 S 13`..II 192 0.10 S 421.27 Damlor7As3odale Director S 70 59 $ IM 12 S 8546 192 0.10 S 274.58 Managing ConsuilantlMarragers S 48.30 S 70.59 $ 5945 192 0-10 $ 191.00 Senior Consullantrrech Spedal'ot 11 $ 3503 S 4630 S 4T 67 192 0.10 S 133.87 ConsultanUTech Specialist l 5 2336 S 3503 $ 2919 192 0.10 S 93.79 Technical Spedakst 5 1645 5 23.35 $ 1990 192 0.10 $ 63.94 AdmirWra0va Support 5 1645 S 23.35 S 1990 1 92 0.10 S 63,94 RS&H RS&.H California,Inc. Rate Sheet Through 12/31/2023 Effective through 12/31/2023 PROFESSION&SERIES Raw Overhead Average Races Rate Willing Rati Job Title Min Max , Avg Fixed Fee Multiplier A01 Architect 1 $27.02 $50.67 $40.40 169.59% 12% 3.02 512201 A02 Architect ll 529.73 $5573 54444 169.59% 12% 3.02 $134.21 A03 Architect 111 $3956 574.18 $5915 169.59% 12% 302 $178.63 A04 Architect IV $56.33 $105.61 SU 22 1 169.59%1 12% 3.02 1 525434 AOS Architect $74,50 $139.68 S111.37 169.59% 12% 302 1 $336.34 Engineer E01 Structural/Civil 527.02 SSO.67 $4096 1 169.59% 12% 1 302 1 $123.70 Electrical/Mechanical 52973 555.73 544.44 169.59%1 12% I 302 I 5114,21 Engineer ll E02 Structural/civil $35.96 56743 55377 169.59% 12% 1 302 1 $16239 Electrical/Mechanical $39.56 $74.18 $59.15 169.59% 12% 1 302 1 W8.63 E5tNLju'nl"/ E03 CM, 544.51 583.46 577.62 1 169.59% 12% 1 302 1 $234.41 Electrical /Mechanical $50.07 1 $93.138 1 $7466 1 169.59% 12% 1 302 1 $226.08 Engineer IV E04 Structural/Civil SS6.33 5117.31 1 5106.06 169.59% 12% 1 302 $320.30 Mechanical/Electrical $64.78 512/.47 $96.84 1 169.59% 12% 1 302 1 $292.46 Engineer V EOS Structural/Civil 574.50 5139.68 5111.37 169.59% 12% 1 302 1 $336.34 Mechanical/Electrical $85.67 1 S160.63 $128.08 169.59% 12% 1 302 1 $386,80 Q01 Planner $24,57 $46.06 1 536.72 169.59% 12% 302 5110.89 Q02 Planner ll 532.70 $61.30 $48.88 169.59% 12% 302 $147.62 Q03 Planner 111 $35.96 $67.43 553.77 169,59% 1Z% 302 $162.39 004 Planner IV 55633 5105.61 $84.22 169.59% 12% 302 $254.34 QOS Planner %64.78 S12147 $96.84 169.59% 12% 302 $29246 E10 Environmental Specialist I 527.02 550.67 540.40 169,59% 12% 3.02 $122.01 Ell Environmental Specialist II 532.70 561.30 55149 169.59% 12% 302 $155.50 E12 Environmental Specialist III $39.56 $74.18 $59.15 169,59% 12% 302 $178.63 E13 Environmental Specialist IV 550.07 $93.88 $74.86 169.59% 12% 302 $226.08 E14 Environmental Specialist V 564.78 $121.47 S111.15 169.59% 12% 302 $335.67 PO jVIce President S10378 $14588 314181 16959% 12% 1 302 1 S428.27 21 Ms TO) Technician/Designer l $18.46 $34.60 S27.60 169.59% 12% 3.02 $83.35 T02 Technician/Designer 11 S22.33 S41.87 S3339 16959% 12% 3.02 $100.64 T03 Technician/Designer III S2973 $55.73 S44.44 169.59% 12% 3.02 5134.21 T04 Technician/Designer IV $35.96 $67.43 S53.77 169.59% 12% 3.02 $162-39 TOS Technician/Designer V $39.56 $74.18 $59.15 169.59% 12% 3.02 5178.63 FOt Field Representative 1 $20.30 $38.07 $30.35 169.59% 12% 302 $91.66 F02 Field Representative II $24.57 $46.06 S3672 169,59% 12% 302 $110.89 F03 Field Representative 111 $29.73 $55.73 54444 169.59% 12% 302 $134.21 F04 Field Representative IV $39.56 $74.18 $59.15 169,59% 12% 3.02 $178.63 FOS Field Representative V S44.51 $83.46 $66.54 169.59% 12% 3.02 $200.95 AOMINISTRATIV6 SERIES Raw Average Rates Rare Billing Rate Job Tide Min -Mac. Avg Fixed Fee Mulupl' . 060 Administrative Assistant 1 $16.78 $31.46 $25.08 169.59% 12% 1 3.02 S75 74 061 Administrative Assistant 11 $18.46 $34.60 S2Z60 169.59% 12% 3.02 $83.35 062 Administrative Assistant III $22.33 S41.87 $33.39 169.S9% 12% 3.02 $100.84 063 Administrative Assistant IV S27.02 S5067 S4040 169.59% 12% 3,02 $122.D1 064 Administrative Assistant V $32.70 S61.30 $48.88 169.59% 12% 3.02 $14762 Vfrrion 1 o Z27/2018 s � 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.