Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A7147 - GENSLER & ASSOCIATES, INC. - PROFESSIONAL SVCS 5 YR FOR AIRPORT PROJECTS
CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL AVIATION CONSULTING SERVICES M. ARTHUR GENSLER JR. & ASSOCIATES INC. Agreement No.� I THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this 31 st day of July, 2018, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and M. ArthurGensler Jr. & Associates Inc., a California Corporation (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for 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 20 ORIGINAL BID Rev.7-03-18 AND/OR AGREEMENT 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 "Y 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 20 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 NO 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: Keith Thompson. 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 Page 6 of 20 present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venture or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subConsultants, or agents, Consultant shall indemnify City for all such financial obligations. 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 create an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of Page 7 of 20 the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer 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 Page 8 of 20 maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1 ,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent Consultants, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1 ,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self- insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 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 Page 9 of 20 the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subConsultants, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subConsultants and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 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 Page 10 of 20 out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. 'The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." Cas respects City of Palm Springs Contract No. " or "for any and all work performed with the CiV 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 Desisin 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 an and all liabilities, claims, judgments, arbitration 9 Y 9 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 Parry, 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 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, 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 Parry 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 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 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 Ci 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: M. Arthur Gensler Jr. & Associates, Inc. 500 South Figueroa Street Los Angeles, California 90071 Attn: Keith Thompson Copy to: Lauren Racanelli 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 Severabilitv. 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 Parry for which he or she is signing is bound. 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: By: Q� David H. Ready, PhD ` City Manager APPROVED AS TO FORM: ATTEST A By: Edward Z. KotkiAnthony J. jia, MM City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: 2 Agreement No. .C. Page 19 of 20 "CONSULTANT" M. Arthur Gensler Jr. & Associates, Inc., a California Corporation. 500 South Figueroa Street Los Angeles, California 90071 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 By Signature (N tarized) Signature (Notarized) Andrew P. Cohen, Co-CEO Philippe Phaneuf, Secretary Page 20 of 20 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Los Angeles } On September 18, 2018 before me, Sayaka Shimada, Notary Public ere lose name an e e on eW personally appeared Andrew P. Cohen who proved to me on the basis of satisfactory evidence to be the person(s) whose name(,) Is re subscribed to the within instrument and acknowledged to me that <e she/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(,), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SAYAKA SHIMADA WITNESS My-hand and official seal. commission#2116294 i .'+ Notary Public-California z = Los Angeles County s 4 Comm.Ex ires Jun 19,2019+ Not Public ture (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and. DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments front other states ma} be completed for docronents being sent to that state so long as the wording does not require the California notary to violate California notary low, (Title adescription of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document confinued) must also be the same dale the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages_Document Date commission followed by a comma and then your title(notary public). • Print the names) of document signers) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they;is/are)or circling the correct forns.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer . The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other ✓ Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.c im 800-873-9866 • Securely attach this document to the signed document with a staple. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Los Angeles } On September 18, 2018 before me, Sayaka Shimada, Notary Public ere lose name en i e li�tl� personally appeared Philippe Phaneuf who proved to me on the basis of satisfactory evidence to be the person(s) whose names) 1s re subscribed to the within instrument and acknowledged to me that <e she/they executed the same in is er/their authorized capacity(ies), and that by 1s er/their signature(s) on the instrument the person(&), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SAYAKA SHIMADA WITNESS m nd and official seal. Commission #2116294 _ -� Notary Public-California i z Los Angeles County M Comm.Ex ires Jun 19,2019 Notary Public Sign a (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING TFUS FORM Tla form complies wuh current California statutes regarding notary warding and. DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary lmv. (Title or desetipfion of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same dale the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they;is/ere)or circling the correct fortes.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact .e Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ es Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title ire.CPO,CFO,Secretary). www.NotaryClasses.com 800-873-9865 Securely attach this document to the signed document with a staple. EXHIBIT "A" SOQ 06-17 FOLLOWS THIS PAGE. EXHIBIT `B" CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE. EXHIBIT "C" SCOPE OF SERVICES General Scope of Services for "On-Call' Services—Consultant shall provide as-needed On- Call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Phase Management Services, and other Aviation Consulting Services for various Airport Projects as assigned. The scope below represents services that are anticipated to be necessary over the term. Each scope item is related in whole or partially to the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, and Project and Construction Management. All of the other more basic services like survey, testing, sampling, permitting and other ancillary project related tasks are considered inherent in any of the core disciplines. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. 1. Assist Airport staff and representatives in establishing project priorities, goals, objectives, means, and parameters for the required services with Planning, Environmental, Architectural Design, Engineering, Project and Construction Management. 2. Prepare all detailed plans, reports, analyses and schedules for meeting project planning requirements, including Airport Layout Plan conformance, Cost Benefit Analysis, SMS, FAA Risk Assessment, and environmental analysis and approvals. 3. Prepare schematic plans, then final plans and specifications in such form as to comply with the latest applicable laws, building codes, ordinances, and FAA Advisory Circulars, as amended and other applicable CALTRANS and/or FAA rules, regulations, and guidance. 4. Ensure that all applicable sustainability goals and local architectural requirements and processes are addressed with each project. 5. Prepare design documents, construction documents, and other required drawings, bid documents, as well as technical specifications describing the size, character, and quality of the entire project. Revise documents as needed to the satisfaction of the Airport or the FAA. 6. Prepare and submit itemized project cost estimates at the planning, design and construction phases. 7. Prepare addenda, interpret the construction documents, and prepare clarification documents. 8. Attend planning, preconstruction, pre-bid, and construction meetings as scheduled, and prepare and distribute meeting summaries. 9. Provide resident engineering management services to assure that the progress of the work, the caliber, scope, detail of construction, quantity and quality of materials and equipment, and the standard of workmanship conform to the intent of the architect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10. Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples, etc. and make recommendations to the Airport. 11. Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18. Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. 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 htip://www.faa.gov/arp/financial/procurement/. (1) Civil Rights — Title VI. Appropriate clauses from the Standard DOT Title VI Assurances must be included in all contracts. The clauses can be found in Appendix 2 in Advisory Circular 150/5100-15, Civil rights Requirements in the Airport Improvement Program. (2) Disadvantaged Business Enterprises. Appropriate clauses from Title 49 CFR, Part 26 must be included in all contracts. (3) State Energy Conservation Plans. The contracts shall recognize mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). Sponsors should be advised to include their State's plans in contracts issued as a result of AIP grants. (4) Record Availability. Contracts must include a provision to the effect that the sponsor, FAA, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Sponsors shall require contractors to maintain all required records for three years after the sponsor makes the final payment and all other pending matters are closed. (5) Remedies. Contracts must allow for administrative, contractual, and legal remedies to instances in which contractors violate or breach contract terms and providing such appropriate sanctions and penalties. (6) Foreign Trade Restriction. All solicitations, contracts, and subcontracts resulting from projects funded under the AIP must contain the foreign trade restriction required by Title 49 CFR, Part 30, Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors. See the Standard Solicitation and Contract Language provided on the FAA Airports website b. All Contracts over$10,000. These contracts must contain provisions or conditions for termination for cause or convenience by the sponsor including the procedure and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated because of circumstances beyond the control of the contractor. c. All Contracts over $25,000. All solicitations, contracts, and subcontracts that exceed $25,000, shall contain the required provision from Title 49 CFR, Part 29, Government Department and Suspension (Non-contract procurement). Further, this provision will be inserted in all solicitation and contracts when the solicitation or contract is for auditing services regardless of amount. See the Standard Solicitation and Contract Language provided on the FAA Airports website. d. All Contracts over $100,000. Contracts in amounts in excess of $100,000 shall contain a provision which requires compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 7602, et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, Environmental Protection Agency regulations (40 CFR, Part 15), and Title 49 CFR, Part 20. Professional Services (A/E) Contracts Provisions for all A/E Contracts * Civil Rights Act of 1964, Title VI (MS Word, 27 KB) — Contractor Contractual Requirements — 49 CFR, Part 21 * Airport and Airway Improvement Act of 1982, Section 520 (MS Word, 22 KB) —Title 49 U.S.C. 47123 * Disadvantaged Business Enterprise (MS Word, 21 KB) — 49 CFR, Part 26 * Lobbying and Influencing Federal Employees (MS Word, 19 KB) — 49 CFR, Part 20 * Access to Records and Reports (MS Word, 20 KB) — 49 CFR Part, 18.36 * Breach of Contract Terms (MS Word, 21 KB) — 49 CFR Part, 18.36 * Rights to Inventions (MS Word, 19 KB) — 49 CFR Part, 18.36 *Trade Restriction Clause (MS Word, 25 KB) — 49 CFR Part, 30 Additional Provisions for A/E Contracts Exceeding $10,000 *Termination of Contract (MS Word, 22 KB) — 49 CFR Part, 18.36 Additional Provisions for A/E Contracts Exceeding $25,000 * Certification Regarding Department, Suspension, Ineligibility and Voluntary Exclusion (MS Word, 20 KB) — 49 CFR, Part 29 EXHIBIT "E" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE. EXHIBIT "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. } EXHIBIT "A" A-tm S Q .�V.4 qFI h Z V ` N f f N�1FOR�' 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 I 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 subcontract 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 1f3). 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 Internet at www.oaimsodnasca.aov(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 Craaa.Gladders(Mcaimsprinusca.gov to register as a firm interested in this specific proiect. providing your company name, contact person, contact email address, office address, office phone and office fax. Failure to register may result in not receiving addenda to the SOQ. Failure to acknowledge Addenda may render a submittal as being non-responsive or may negatively impact the evaluation of your submittal. We strongly advise that you follow the registration instructions above if you are interested in submitting. 'Note — registering for this specific project is a separate process and not the same as registering online in our general vendor database, BuySpeed. We strongly advise that interested firms officially register per the instructions. 2 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 SOQ may submit Statements of Qualifications in response to this solicitation. The City shall not accept submittals from individual Engineering, Architect, Environmental, Planning, or Construction Management firms. EVALUATION OF SUBMITTALS AND AWARD OF CONTRACT. This solicitation has been developed in the Statement of Qualifications(SOQ)format. Accordingly, firms should take note that multiple factors as identified in the 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 7.04.050, as well as FAA guidance, the acquisition of Professional Services is based upon demonstrated competence and PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract awards, K 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 (2nd floor— Center Terminap 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 500 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. Tahquttz 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 gar y 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 date 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 Intematonal Airport. These services will be provided in support of the PSP Airport's FAA Approved Airport Capital Improvement Program (ACIP) and other miscellaneous airport related projects as may be required. The single incumbent firm currently providing these services to the City is WSP PB Aviation through their office based in San Bernardino, CA. As per FAA requirements,a new solicitation process is required. The Palm Springs International Airport (Airport) is a Small Hub airport owned and operated by the City of Palm Springs under the administration of the City's Department of Aviation. The Airport is an enterprise account within the city and is financially self-sustaining. The Airport is located in eastern Riverside County, approximately 2.5 miles east of the central business district of Palm Springs, California (3400 East Tahquitz Canyon Way). Uniquely, the fagade (only) of the main terminal building is a designated historic landmark. PSP Airport is a key component in local tourism which is the largest industry for the nine-city Coachella Valley. in 2016 the Airport served approximately two million commercial passengers and a substantial number of aviation and non-aviation customers and tenants. Despite serving a world-renowned tourist destination, the Airport experiences what the industry would consider to be extreme seasonality that peaks in the winter months and eases to a lower level of activity during the summer months. About 70 percent of the passenger traffic originates from over 500 cities worldwide every year using a strong mix of international, regional, and low cost airline services, making it a destination airport by definition. Please see the City's website for current airport statistics at www.Dalmsorinrrsca.aov 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 150I5100-14E. 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!. 1f 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 Farm, Including Addenda acknowledgment. 'Must be completed and included with submittal. 4 ATTACHMENT "B" — Sample bollerplate 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 five (5) year period. Other more basic services like survey, testing, sampling, permitting, and other ancillary project related tasks will also be included in the contracted services but will not be delineated in the general project descriptions. ONLY firms that will provide ALL of the services requested in this 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 1 50151 00-1 4DE (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 $OQ process, in accordance with the FAA allowances for securing professional services, to select up to three firths to negotiate a contractual arrangement to provide professional services for speck projects in any one of the capacities identified above. At the time the contracts evolving from this selection are brought forward for final approval to the Palm Springs City Council, each contract will specify what FAA funded, or non-FAA funded projects are specifically assigned over the five-year period. There is no promise or guarantee of work, exclusivity, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. The City further reserves the right to conduct separate or independent solicitations for any services for any project otherwise identified in this SOO 0 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 fuming, industry incidents, regulatory changes, changes in activity forecasts, and other factors. The fist 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 AIP Grant Application support formulation assistance. • Independent Fee Estimation (IFE), according to FAA standards, and for any professional service including design, planning, construction management, or program management. • FAA Airport Capital Improvement Program development and preparation assistance. • Master Plan Update. • Environmental studies for a Master Plan Update. • FAA Categorical Exclusion documentation preparation for projects. • FAA Cost/Benefit Analysis of projects. • Design and support services for TSA equipment additions or modifications. • Miscellaneous on-call design, construction management, and planning services for emergencies and unscheduled projects. Following this list on the next page is a table that includes the 2017 Proposed S Year Capital Improvement Plan: 6 a r", W EfercYt 4YrcIiM EUNEq- II,AIl11 tm1 Itttlt f1,91.IM IJm,Ai mi/4 Z !EaYIUYC MNYiMEntltlYrcm) ARIM :. A➢mAm ,ItpI.M WYpb f41A.R1 IIIM.tY1 Ntml11 ) ' �wrn i Agltt tmw Alba Arlo It161m t»� piM b,o Wcv}fuNlr� i �6s*.YI t.tY„Ytrwy,ni.awi.,a ', IiWs �itat0 I�aua wlft]M WIMM NAI,QI i € pliYe 1ygq.y..hMgm�x+wwe+rnm_-.�_— 7r _._ l KOtl1 ti J _ 4YneI I} � I i r.rmyuirK IJAMML— i mb uL>tiei.M„o . m1 _..__._ ! CercYHr.I.w ITINY lel al 1� ln/ ls,l lil 1�h i}ea�n�cx ISi 1M RSS.w;,MIMI) mxl, ) islAua% .tp1 mwn iiw.lq i 1 xr � fi3G R6df0 R111.IE1 V•~.11)19,%0 v. AIS!m AtI.iN d 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 sustainaWiity 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 aril 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 archltect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10.Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples,etc. and make recommendations to the Airport. 11.Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16.Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACID annual submittals. 18.Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. SELECTION PROCESS: The City of Palm Springs/Palm Springs intemational Airport is utilizing a Qualifications Based Selection process complying with Advisory Circular 15011 500-1 4E 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 I 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 1766 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 SOO. 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 fire (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 150/15O-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 win be negotiated at the time the project's timing materializes. An independent fee estimate will be performed for each of these project scope negotiations of over the FAA limit of$100,000. if a fee cannot be agreed upon between the City and the firm for a specific future project, then the City retains the right to terminate the negotiations and conduct its own separate professional services solicitation for that specific project. DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL: Pursuant to Section 2.8.2 11 of the Advisory Circular, firms shall provide in their submittals in response to this 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 an 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. AN 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 consuling services as described herein. 4. Meet all requirements outlined in this Request for Statements of Qualifications. 5. 1 law at loast ane hill time staffed seiepamte office wIthIR 200 milea from Pahn (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. Responsivenessiadherence to the solicitation(5 POINTS); 5. References: Submitting firms are required to provide a minimum of three (3) references for which firm has had an agreement for similar types of services. (15 POINTS). POINTS1 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.Tahqultz Canyon Way Palm Springs, CA 02262 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 f1 ill L 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 Mang 3200 Fast Tshqultz Canyon Way Palm Springs,CA 92262 via FAX (760)323-8238 or via EMAIL: Craig.Gladders(rpoalmsorinasca.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 guestions 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 6 % X 11 format (no other size paper allowed), minimum i0pt 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 W, DBE Good Faith Effort documentation, and Addenda acknowledgments do NOT count toward the limit (everything else does). Interested films shall submit SIX (6) conies (sine marked "Oriainal". 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, "SOO 06-17, STATEMENT OF QUALIFICATIONS FOR ON-CALL AVIATION CONSULTING SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT". Respondents are requested to format their SOOs 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. BA After carefully reviewing the City's Standard Professional Contract Services Agreement—provided hereto as Attachment"li 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 W hereto. u BA In this section provide your documentation as evidence that your firm either meets the DBE goal, or that an adequate good faith effort was made to meet the DBE goal. The overall all DBE goal for PSP is 6.3%. The Good Faith Effort documentation does not count toward the page limit and may be submitted as an Appendix. C. Key Personnel; Provide the name and biography of each member of the proposed project management team that will be directly responsible for and serve as the primary point of contact to the staff at Palm Springs International Airport. CA List Architectural Design services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a manner that exempts it from participating at a PSP Airport project because of geography or corporate structure. Identify the California-licensed professionals) that will be assigned and include their current valid California professional license number. *Note that Landscape Architect services are not specifically called for in the core disciplines, however, should a federally funded AIP project include landscape design services as part of the overall scope of work the City reserves the right to request the lead consultant to provide these services under their contract via a sub-consultant; C.2 List Engineering Design services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that Is corporately structured in a way that exempts it from participating in a PSP Project. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. "Note that qualified firms must be experienced with the FAA SMS Order 80000.36B, effective March 18, 2016. The PSP Safety Management System (SMS) introduces an evolutionary process in system safety and safety management. SMS is a structured process that obligates contractors to manage safety with the same level of priority that other core business processes are managed. The project design firm will be responsible to coordinate and manage the SMS for 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 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 professionals) 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. Identity 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.6 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 4 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 CA 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: DA 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; 0.2 Provide no more than two (2)examples of specific airport projects that demonstrate the firm's ability to remain within the client's budget. Examples of airport projects conducted in Southern California are not mandatory, but are preferred; 0.3 Describe the firm's past experience and success with D.B.E. participation in contracts. DA Identity any project management tools the firm has used previously and intends to also use on PSP Airport projects. D.6 Identify one(1) of the firm's previous contracts of similar size and scope and provide a brief narrative highlighting the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative and problem solving ability; (c) Knowledge and understanding of the latest trends and systems used by other airports; (d)Analytic and diagnostic capability; (a) Oral and written communication skills; (I) 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. El 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 architecturallengineering 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; E.4 Identify any critical path items associated with this project and how you would work with Airport personnel to avoid/resolve them; EX Provide references for one(1) recently completed project of a similar nature. Identity the owner's representative (contact) and a current phone number for the reference provided. EX For the referenced project, provide examples of project budgeting and cost estimating procedures with results; FORM OF AGREEMENT: The selected firm will be required to enter into a base contractual agreement, inclusive of insurance requirements, outlining the professional services hourly fee schedule for all possible disciplines over the next five (5) years with the City of Palm Springs in accordance with the standard Professional Services Agreement(see Attachment"B"). Please note that Exhibits A, 8, C. D and E are intentionally left blank in the attached document and will be completed by the City after other documents are received from the qualifications based selected firm and the Schedule of Fees has been negotiated and accepted by the City. If the City is unsuccessful in negotiating and accepting a fee schedule, it reserves the right to conduct a new procurement process, as provided for by the FAA AC requirements noted above under "Selection Process". Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. We specifically draw your attention to the language in the sections of the sample contractual agreement attached entitled "Conflict of Interest" and "Covenants Against Discrimination" and recommend all firms carefully consider these contractual requirements prior to submitting a submittal in response to this SOO. Firms that submit a submittal in response to this SOO shall certify the following: 14 Non-Discrimination and EQUai 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 15 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: AM 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 at 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 inclining specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has deternined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this 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 NON- 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 SOQ 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 bollerplate 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 f EXHIBIT "A" v>4nf V � r • Cyl7F4A�:4 . 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 CITY OF PALM SPRINGS,CA REQUEST FOR STATEMENTS OF QUALIFICATIONS SOO I6-17(R) "REVISED" On-Cali 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: Palen Springs Intemational Airport, 3400 E. Tahqultz 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 1W5100-14E 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 property execute any given project. Firms are to dearly 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 $OQ, and re-stated again in NEW Addenda #3). 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 SOQ document and ORIGINAL Addenda 1 and 2, plus NEW Addenda 3, may be downloaded via the Internet at www.paknsprinasca.cwv(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 Inteme4 contact Craig Gladders, Procurement and Contracting Manager, via email at Craic.Gladders0valmswinasca.aov to register as a firm interested in this specific oroiect 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 project is a separate process and not the same as registering online in our general vendor database, BuySpeed. We strongly advise that interested firms officially register per the instructions. 2 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 clariflcation") 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, firms 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 Cale 7,04.050, as well as FAA guidance, the acquisition of Professional Services is based upon demonstrated competence and PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract awards, if any, will be made by the Palm Springs City Council. The selected firms will be required to comply with all insurance and license requirements of the City. SITE VISIT: A non-mandatory Site Visit will be held in the Airport Conference Room (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. Tahquitz Canyon Way, Palm Springs, CA 92262. The conference room is located on the second floor above the main lobby entrance of the airport. This will be the only site visit scheduled. DEADLINE: All submittals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 before 3:00 P.M., LOCAL TIME, 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 date of submittals. Craig L. Gladdens, C.P.M. Procurement and Contracting Manager July 6, 2017 3 REQUEST for STATEMENTS OF QUALIFICATIONS(SOO) No. 06-17(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 Servers 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 Intematonal 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 PS 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 administrations 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 terrnmal 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 nix of international,regional, and low cost airline services, making it a destination airport by definition. Please see the City's website for current airport statistics at wwwmalmsorinosea-ci 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 five (5) year period. Other more basic services like survey, testing, sampling, permitting, and other ancillary project related tasks will also be included in the contracted services but will not be delineated in the general project descriptions. ONLY firms that will provide ALL of the services requested in this 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 firths. 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 planted 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 15015100-14DE (corrected from original, see Addendum 3) and is qualifications based, not fee based, the list of projects, or arty 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 SOO if the City Council determines that it is in the best interest of the City. AIRPORT PROGRAMS AND PROJECTS: For the purpose of facilitating this SOO solicitation, the following compilation of forecast airport projects illustrates what may transpire for the Palm Springs International Airport professional services work program over the next five years. The final determination and outcome of these projects will be dependent upon many variables, including but not limited to; available funding, source of funding, industry incidents, regulatory changes, changes in activity forecasts, and other factors. The list of projects may include, but is not limited to, the following: • Pavement Condition Index Report creation,including field analysis and report. • Design for Airside pavement repairs and rehabilitation. • Design for Runway and Taxiway Safety Area maintenance and repair. s • 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 remodelling projects. • Safety Management System program development and completion per project. • FAA AIP Grant Application support formulation assistance. • Independent Fee Estimation (IFE), according to FAA standards, and for any professional service including design, planning, construction management, or program management. • FAA Airport Capital Improvement Program development and preparation assistance. • Master Plan Update. • Environmental studies for a Master Plan Update. • FAA Categorical Exclusion documentation preparation for projects. • FAA Cost/Benefit Analysis of projects. • Design and support services for TSA equipment additions or modifications, • Miscellaneous on-call design, construction management, and planning services for emergencies and unscheduled projects. Following this list on the next page is a table that includes the 2017 Proposed 6 Year Capital Improvement Plan: 6 N11 I'l I �111 -3 1 SE ;11 MN W1111111111, =Sxuw,;;� Q """A "11113 MMMI N�- 1111 111A M LGOUK" NANO tljllllj&��....... .... WJNNN Mr4 Y��M T"F WTO OXWO806IM, GLARM R.W%�Fm ��Ipp 4. N�Lq ......... "I'M V^m 112D NOW 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 Rem 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 sustainabitity 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, arid/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13.Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 If applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, Infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18.Act as a liaison for the airport to the FAA or TSA on designated projects. 19.Provide financial cost benefit analysis to airport staff on various programs. 20, Provide recommendations on complex tangible and intangible airport issues involving airport design,airport functionality,airport compatibility, and airport compliance. SELECTION PROCESS: The City of Palm Springs/Palm Springs International Airport is utilizing a Qualifications Based Selection process complying with Advisory Circular 150/1500-14E to select up to three(3)firms for professional services covered by this solicitation. Accordingly, firms should take note that the City will consider mutiple 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 fines from the qualification submittals only, or if deemed necessary, elect to invite a limited number of firms to make a format 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 firths at the appropriate time. NOTE: The City of Palm Springs Local Preference Ordinance 1766 is NOT applicable in this solicitation pursuant to Federal taw as an Exception under the provisions of 7.09.03(6)of the Municipal Code. a 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 SOO, 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 15011500-14E 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 prof ct's timing materializes. An independent fee estimate will be performed for each of these project scope negotiations of over the FAA limit of$100,000. If a fee cannot be agreed upon between the City and the firm for a specific future project, then the City retains the right to terminate the negotiations and conduct its own separate professional services solicitation for that specific project. DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL: Pursuant to Section 2.8.2 11 of the Advisory Circular, firms shall provide in their submittals in response to this 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. AN 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 a-, least ene fall Nme staffed seppeFale office within 200 FnIles if am Palm (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. Responsiveness/adherence to the solicitation(6 POINTS); 5. References: Submitting firms are required to provide a mini um of three (3) references for which firm has had an agreement for similar types of services. (15 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 prim 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 TshqutE Canyon Way Palm Springs,CA 92262 via FAX (760)323-8238 or via EMAIL: Craic.GladdersfMoalmsorinasca.Qov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the SOO. Ttm. 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 6 % X 11 format (no other size paper allowed), minimum 10pt font size, minimum W margins, and may be no more than a total of twenty five(25) sheets of paper, which may be double-sided, including cover letters, table of contents, organization charts, staff resumes, appendices, and any exceptions to the language in the sample agreement, or to the insurance requirements. NOTE: Dividers, Attachments "A", DBE Good Faith Effort documentation, and Addenda acknowledgments do NOT count toward the Omit (everything else does). Interested firms shall submit SIX (61 copies (one marked "Original". Plus five (5) copies) and one (1) Thumb Drive or CD of the entire submittal, by the deadline. Attachment "A" is to be executed by only the Ind 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, "SOO 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. BA After carefully reviewing the City's Standard Professional Contract Services Agreement—provided hereto as Attachment"W', identify any terns and conditions that your firm, If selected, would request to have modified. Describe the basis for any such requests and provide the language you 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 dif iculfies 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. 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 Intemational 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 California4icensed professionals) 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-consukant; C.2 List Engineering Design services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. `Note that qualified firms must be experienced with the FAA SMS Order 80000.36B, effective March 18, 2016, The PSP Safety Management System (SMS) introduces an evolutionary process in system safety and safety management. SMS is a structured process that obligates contractors to manage safety with the same level of priority that other core business processes are managed. The project design firm will be responsible to coordinate and manage the SMS for specific FAA approved projects as required and relevant to each specific construction plan. The PSP SMS plan is composed of four functional components: • Safety Policy • Safety Risk Management • Safety Assurance • Safety Promotion C.3 List Construction Management services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project. Identify the Califomla-licensed professionals) that will be assigned and Include their current valid Califomla professional license number; C.4 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 Patin Springs International Airport and identify the number and type of staff working at that office. C.5 List Environmental services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Airport Project. Note"PSP projects that were included in the November 2015 Master Plan Update have received Categorical Exclusion approval. These projects will be the prime focus for design, development and construction projects over the next three to five years. Qualified firms must be knowledgeable and proficient in managing projects according to California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA), along with FAA Order 1050.1F. Future projects not included in the 2015 Master Plan will be evaluated on a case by case basis regarding environmental requirements CA 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: DA Provide a narrative that demonstrates knowledge of and experience with Federal Aviation Administration regulations, policies, procedures, funding programs (including AIP grant requirements) and specification requirements; D.2 Provide no more than two (2)examples of specific airport projects that demonstrate the firm's ability to remain within the client's budget. Examples of airport projects conducted in Southern California are not mandatory, but are preferred; D.3 Describe the firm's past experience and success with D.B.E. participation in contracts. DA Identify any project management tools the firm has used previously and intends to also use on PSP Airport projects. D.5 Identify one (1)of the firm's previous contracts of similar size and scope and provide a brief narrative highlighting the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative and problem solving ability; (c) Knowledge and understanding of the latest trends and systems used by other airports; (d)Analytic and diagnostic capability; (e) Oral and written communication skills; (f) Interaction with client's organization, i.e., other divisions and personnel (g) Project funding. E. Work Plan Detailed Outline: Using the Airport's targeted 2019 ACIP project "Design Terminal Capacity Baggage System" " as per the proposed Airport Capital Improvement Plan (ACIP), provide details as outlined below. This project will encompass expansion of the existing baggage claim area with the removal of the existing rental car reservation counters. This is expected to enhance capacity, improve passenger flow and create upgraded systems for the 13 airlines to expedite bag delivery. For purposes of staff and resource assignment and availability, assume that this design project will commence in the spring of 2019, and the construction phase will begin in May 2020. Remember that about 70 percent of PSP Airport's passenger traffic occurs between December and May. EA Identify key personnel and other resources to be utilized and indicate their availability for this project; E.2 Describe your firm's proposed work plan/methodology for archlteaturallengineering design or planning services (identity 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 toots; E.4 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. EX For the referenced project, provide examples of project budgeting and cost estimating procedures with results; FORM OF AGREEMENT: The selected firm will be required to enter into a base contractual agreement, inclusive of insurance requirements, outlining the professional services hourly fee schedule for all possible disciplines over the next five (5) years with the City of Palm Springs in accordance with the standard Professional Services Agreement(see Attachment"B"). Please note that Exhibits A, B, C, D and E are Intentionally left blank in the attached document and will be completed by the City after other documents are received from the qualifications based selected firm and the Schedule of Fees has been negotiated and accepted by the City. If the City is unsuccessful in negotiating and accepting a fee schedule, it reserves the right to conduct a new procurement process, as provided for by the FAA AC requirements noted above under "Selection Process". Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or 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 subrctt a submittal in response to this SOO shall certify the following: 14 Non-Discrimination and Eoual 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 Hs 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 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 specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this 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 firth 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 CiVs SOO document or standard bollerplate 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. i i i May 23. 2017 i Gensler Craig Gladders,C.P.M. Procurement& Contracting Manager Division of Procurement and Contracting City of Palm Springs i 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 i Subject:Statement of Qualifications for On-Call Aviation Consulting Services i for the Palm Springs International Airport Dear Mr.Gladders and Members of the Selection Committee: i Gensler is pleased to provide this response to the Request for statements of Qualifications i for On-Call Aviation Consulting Services for Palm Springs International Airport.We believe we have assembled a team with the qualifications necessary to undertake the projects described in the RFQ.With more than 30 years of experience providing aviation design services to small, medium,and large airports within the United States and internationally, we have built a reputation based on: Improving the passenger experience through the power of design. Providing the best project process experience possible for ourclients, consultants,and construction teams. i Delivering facilities that meet the needs and program they were designed for,within the established budget,while having the flexibility to accommodate the ever changing i needs of the airport environment. ® REFERENCES In addition to the experience that we have with airports and projects similar to the ones that have been identified in the RFQ,we have proudly been a part of many of the major Cynthia Guidry renovations at Palm Springs International Airport(PSP)over the last 25 years. Due to the Chief Airport limitations of the requirements of this SOQ,we have not included detailed project pages Planning, LAWA for all the work we have completed at PSP and have listed below significant projects that ® (424)646.7690 Gensler has designed at Palm Springs International Airport. Larry Serafini • The design of Bono Concourse with its iconic stretched fabric roof structures. Deputy Airport • Renovation and rehabilitation of the original Terminal Building including expansion Director, Facilities and upgrades to bag claim, ticketing,security, and concessions. John Wayne Airport • Renovation and expansion of the Security Screening Checkpoint after 9/11. (949)252 5270 - Design of the• Design of the new Commuter d ter Holcle Inspection droom roadwayon and new on-site a om(Holdroom D)and associated NyleMarmion building. Program Manager, • Renovation of the Central Courtyard to remove the temporary Holdrooms,landscape Terminals&Tenants the courtyard,design of the new entry back into the Terminal Building,design of the Department new concessions and restroom building in the courtyard,and design of the shade Aviation Facilities structure covering the walkway to the Commuter Holdroom. Company, Inc. • The interior refreshment to the main Terminal Building to replace carpet, paint and (619)400-2400 minor cosmetic improvements to the interior and exterior of the building. t We believe we would be the best choice for your upcoming projects based on our responsiveness and availability, past on-call experience,and experience at Palm Springs International Airport,qualification with similar projects,and our team strategy. Responsiveness and Availability.The most important aspect of an On-Call contract is the responsiveness of the team involved.We have a dedicated group of professionals ready to create solutions for the tasks that you are looking to complete.Many of our staff have E provided services to Palm Springs International Airport,and understand the quick turn- around nature of On-Call services and have worked on projects in the Coachella Valley. On-Call Experience and Experience at palm Springs International Airport.We bring many years of experience providing on-call services for agencies such as Los Angeles World Airports where we have provided planning solutions to full scope architecture and engineering projects.At PSP,as shown above,we have provided design services for E multiple projects over many years. Qualification with similar projects.Our collective team has had significant experience with similar projects, from improvements to passenger facing facilities such as ticketing, bag claim,gate expansions and security screening,to airside improvements,environmental approvals,and master plan updates,this team has proven experience with the types of projects that have been identified for this contract. Our Team Strategy.We have assembled a team with extensive experience providing similar services for other municipal agencies.In addition to the Gensler team for architecture, interiors and graphics and wayfinding,we have C&S Companies for construction management,environmental,and civil engineering; Ricondo for consolidated rental car facility programming/planning and financial modeling;PBS for mechanical, (� electrical and plumbing engineering;Connico for cost estimating and scheduling/phasing; Creeiman for IT/security consulting services;BNP for baggage handling design; and Walter E P.Moore for structural engineering services.This represents our core team for this pursuit, but we also realize that other minor specialty consultants may be required to complete the potential assignments that we may be awarded. This team together represents a significant force with regard to experience with similar past projects,exposure to best practices in the aviation design industry and attentiveness to the needs of the Airport leadership team. Thank you for the opportunity to present our qualifications.We look forward to working f with the Airport to continue our long-term relationship and provide services that enhance the mission of Palm Springs International Airport and elevate the passenger experience. Please let us know if you have questions or require additional information. Sincerely, j' d iv M Neil McLean,AIA It Senior Associate, Design Manager neii-mclean@gensier.com (213)327.3801 4 Gensler SOQ 06 17.On call nvau0n Consulting Seraces About Gensler Our design teams are widely recognized for 1965 Fast Company magazine called Gensler an"inside-out"approach that carefully Firm established "one of America's most influential design pp firms"Michael J.Stanton, FAIA,former integrates stakeholder needs, practicality, President of the AIA, said "Gensler is and airport strategic business goals,while America's foremost collaborative practice. delivering innovation to a demanding The firm exemplifies how the creative mix industry.With achievements in airport 100% of disciplines,all with 'place'as their focus, planning, retail and organization planning, 1 adds richness and value to buildings and our success in aviation design rests in Employee owned their settings." strong,effective management,and the ability to coordinate the various Gensler supports the development of professional disciplines required to innovative places with a philosophy of successfully complete complex projects. 85% value-based design and comprehensive Amon Gensler's notable credentials are: services that allow clients to collaborate g Repeat business with a continuous,dedicated team Completed terminal design and from planning through construction. planning assignments at nearly every We have organized and integrated our major passenger airport in California, services to support clients at every stage including built work at non-hub in the real estate and facilities cycle, from initial strategy and design through (Carlsbad),small-hub Palm Springs), 1 implementation and management.We medium-hub(John Wayne)and large focus on understanding our clients'goals hub airports (ran Diego and and strategies,and seek to add substantial Design more than 43 domeesticstic and value to their ente rprises through our work international airport terminal projects • and services. for 50 clients in the last 30 years,and more than 21 million square feet of Since our beginning,we have been airport terminal space. committed to the community and building Understanding the key operational our local practice with our knowledge from and business drivers in aviation design around the globe.We've helped local that,coupled with an understanding companies use design to strengthen and of the needs of stakeholders,offers 1 enhance their business goals.We have insight into future trends. created brands and identities,designed Additional experience in specialty r workplaces,and converted outdated spaces design areas such as interior design, into vibrant facilities,all while finding new concession/retail,executive terminals, ways to enhance the way people work and cargo facilities,and graphics/signage. play.We have been at the forefront of forward-thinking design for innovative Sustainability Angeles's Los workplaces,health&wellness facilities, Sustainability has always been a core Angeles Office is hospitality environments, retail element of the Gensler design/build 110 miles from communities,headquarters and much philosophy. Our approach is grounded the Palm Springs more. in key principles such as striving for International integrated,whole building design;achieving Airport,within Our Experience in Aviation innovation in products and technology the 200 miles Gensler has roots centered in well over four tools;maximizing natural features,siting, requirement of . decades of aviation facilities experience, and climatic conditions;and leveraging the RFQ. planning and architectural design.We know our professional and industry networks to that each square foot in an airport utilize new ideas and use best practices. represents a significant investment and must justify itself in performance and productivity. f f f ATTACHMENT"A" t 'THIS FORM MUST BE COMPLETED AND SUBMITTED—see Section B.1 under"Firm"• STATEMENT OF QUALIFICATIONS (SOQ)#06-17 On-Call Aviation Consulting Services for Palm Springs International Airport f SIGNATURE AUTHORIZATION f NAME OF COMPANY: Gensler BUSINESS ADDRESS: 500 South Figueroa Street,Los Angeles,CA 90072 TELEPHONE: (213)327-3760 CELL PHONE 949 466-9466 FAX(2131327-3601 CONTACTPERSON Keith Thompson EMAIL ADDRESS keith t ompsonagens er com A. I hereby certify that I have the authority to submit this Proposal to the City of Palm f Springs for the above listed individual or company. I certify that I have the authority to bird myself/this company in a contract should I be successful in my proposal. Keith Thompson,Principal in Charge PRINTED E AND TITLE f 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: f 1. If successful, the contract language should refer to me/my company as: f An individual; —A partnership, Partners' names: 6 A company; X A corporation If a corporation, organized in the state of. California Please check below whichever applies: 4 X Yes, our company certifies that it meets the Non-Discrimination and Equal Benefits requirements as provided herein. No, our company does not meet the Non-Discrimination and Equal Benefits requirements as provided herein. 2. My tax identification number is: 94-1663305 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOO is required by Including the { acknowledgment with your proposal. Failure to acknowledge the Addenda issued may resuk in your submittal being deemed non-responsive. In the space provided below,please acknowledge receipt of each Addenda: Addendum(s)# 1&2 islare hereby acknowledged. E Gensler I SOQ 06 17,On call Aviation Consulting Services r r r r ORGANIZATIONAL CHART City of Palm Springs r r r ' Keith Thompson,Architect r LEED AP Gensler r Principal in Charge r Neil McLean,AIA Design Manager Gensler Aviation Design Team r r Melanie Freeland,AIA, Chris Musich,Architect LEED AP BD+C Project Architect Designer C&S Companies • Arnie White,PE, PLS Brian Saull Ralph Redman Lead Airside/Landside Engineer Airside/Landside Engineer NEPA/Planning Carly Shannon Cory Hazelwood Planning/Sustainobillty Construction Management r Steven Alverson Gregory Ainsworth CEQA/NEPA CEQA/NEPA r . . r . PBS Engineering(138E) Connico Incorporated(DBE) Creelman(DBE) MEP/FLS DB Spec Cost Estimating IT/Security • Walter P.Moore BNP Associates,Inc. Ricondo&Associates,Inc. Structural Engineer Baggage Handling ConRAC Planning, Financial O ,fv,uri 17dm 1pnrg5 lrAcuidU0n;i1 Aiyn�rt B.l STANDARD PROFESSIONAL CONTRACT SERVICES AGREEMENT Gensler has reviewed the proposed agreement and would like to have further discussion on the following items. Requested Idooll to PrOPOSed cantract Comment —Li As a material inducement to the city entering into this unlike durable goods,professional services do not Agreement,Consultant represents and warraefs that come with a'varranty."Instead,they are measured Consultant is a provider of fIF61 11131114 WmFkanA professional under the applicable professional standard of care. services and that Consultant is experienced in performing Gensler is committed to providing services that are the Work and Services contemplated and,in light of such consistent with this standard.As such,we would E status and experience,Consultant covenants that it shall request the deletion of any references to the follow the highest professional standards In performing the Architect providing warranties in relation to the Work and Services required in this Agreement.For purposes deliverabtes and define the Standard of Care as of this Agreement,the phrase Ughest professional commitment that at all times during the term of this standards"shall mean those standards of QMr& 1. Agreement the Architect shall perform the Services professional skill and care ordinarily provided by architects exercising that degree of skill and care practiced by E "„-Hcin,icing in the same locality ender similar circumstances licensed professionals practicing In the same (Standard of 111111911he Well community under the same or similar circumstances. 1.3 The consultant shall ensure and ROOM!that all Services rendered shall be performed In accordance with all applicable federal,state,and local laws,statutes,ordinances lawful orders,rules,and regulations,Including without limitation Required Federal Contract Provisions described In Exhibit'D"of this Agreement. Note:See comment under L3 above. L5 By executing this Agreement,Consultant warraats•Ltig19S9015.that Consultant(a)will thorougPydevestlgate and eanaidei review the information prodded by the City regarding the Scope of Service to be performed,(b)will carefully consider how the Services should be performed,and(c)hilly understands the facilities,difficulties,and restrictions attending performance of the Services under this Agreement.If the Services Involve work upon any site. Consultant wawants represents that consultant has or will investigate LAA the site and is or will be fully acquainted with the pbservati..sl cordtions there exiting,prior to commencement of any Services.Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services.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.Note:See comment under 1.1above. U Consultant agrees to perform all services under this Agreement(1)in an expeditions,expert,and professional manner,(if)in accordance with the Standard of Care ;and([if)In accordance with all applicable federal,state and local laws,statutes,ordinances lawful orders,rules,and regulations. Note:See comment under L3 above. L9 :Me rcensullan speelfisatlens will. "and befit in Oil Failli fair 11111110 PINIP852 114F WI'eh;hey alle'RieAded by Viie rity, ate'-See comment under Ll ahem. L10 Consultant acknowledges that the City,the Contrail Officer,and Its elected officials,employees,and staff are not experts or professionals In the flekds of architecture,englneering,and design and that the City will be relying entirely upon the expertise and professional abilities of the Consultant to prepare Ailly aiieuFa4e and eamplete plans• drawings,and specifications,for the Pro)ect in accordance with the Standard of Care City consents,approvals,and acceptances shall not be construed as a finding or determination by the City that the plans,drawings,and specifications or any par thereof are accurate or complete,nor shall such consents,approvals,and acceptances be construed as a release or waiver of the obligation of the Consultant to provide aeeurateand eeerplele plans, drawings,and specifications In accordance with the Standard of Care.consistent with its oblitations rsuant to this Agreement Note:see comment under 1.1 above. 1.11 The Consultant shall,without additional compensation,correct arrevised any errors or deficiencies feranyand aN E Neither the Clty s review,approval.acceptance of,nor payment for services E required under this Agreement shall be construed to operate as a waiver of any action arising out of the performance of this Agreement.The Consultant shall be and remains liable to the City In accordance with this Agreement and all applicable laws for any and all damages to the City caused by the unsaHsfaster}ev negligent 4 performance of any of the services furnished under this Agreement The rights and remedies of the City provided for under this Agreement are in addition to any other rights and remedies provided by law.44k-Gawsikant-6 t (s Genslei l SOQ 06-17.On call Aviation Consulting Services i r i r r r 2.1 Consultant hereby acknowledges that is accepts the risk The Architect cannot be expected to provide services that the services to be provided pursuant to the Scope of without compensation where there is a scope of i Services may be more costly or time consundng than schedule change due to the client or contractor. Consultant anticipates,and that the Consultant shall not be r entitled to additional compensation,unless there Is a change in trope or schedule caused by or City and its ofirers council members of'aals employees,ascent. r 2.2 Clty shall use reasonable efforts to make payment to Consultant within 1 y f301 days after receipt i of the Invoice or as soon as Is reasonabl ractica 74 If such appropriations are not made,the City may in it sole discretion terminate this Agreement ,s provided In Section 3.5 of thls 3.1 Please add the following:Notwithstanding the foregoing,in no event will Consultant be required to provide services r more expeditiously than is allowed by Consultant's professional standard of are,nor will Consultant be held liable for damaRes due to dela be and Consultant's control. r S.L D 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 i on a per eaeursenee accident basis with a wrgtdad single limit liability In the amount of one million dollars (S1A00,000.00)bodily Injury and property damage. The policy shall Include coverage for owned,non-owned.leased, and hired cars i 5 2 Dadrrctibks and Self tenured Retentions.While Genslar•s deductible exceeds$10,000,It is commercially r reasonable given Gensler's flnanclal standing and Gensler can provide evidence of it ability to satisfy said deductibles. ;;I OIW be piima�p 5.3.1 i I i i i 5S Note:Gensler will not provide certified copies of Its Insurance policies,but Gensler an provide r the required certificates of Insurance and Al endorsement.Genslees policy Is confidential and contains proprietary Information.In the event of a claim,Gensler an make it policies available for review in the office of Its General r Counsel In San Francisco,California. 6.1 Insert the following language: GensleralwaysprovidesindemnitytolLclients In i "Notwithstanding the foregoing,the Consultants sole the event Gensler Is found to have been negligent In defense obligation for claims alleged to arise from the performance of IL professional services, professional negligence.will be to reimburse the indemnitee Genslers Professional Liability Insurance would i for cost incurred by the latter In defending a claim,but only reimburse the City for any damages caused by said to the extent caused by any negligent act,error or omission negligence.An up-front defense is uninsurable under r by Consultant,and on a percentage basis of fault as a Professional Liability Policy. ultimately determined by a court ofcompetentjurisdiction.' r 7.3 All drawings,specifications,reports,records,document,memoranda,correspondence,computations,and other materials prepared by Consultant,it employees.subcontractors,and agent in the performance of this Agreement shall be the property of City and shag be promptly delivered to City upon request of the Contract Officer or upon r termination of this agreement once paymentbeen received for all outstanding amount owed to the r Consultain Consultant shall have an unrestricted right to use the cont e embodied tin this ent Note:Two r Gensler thefolkttvin 1ridustrystanclardlorovislorM Consequential Damages•Mutual waiver of Consequential Damages. The parties hereby waive special,exemplary r or consequential damages for claims or disputes arising out of or relating to this Agreement The parties agree that this mutual waterer Includes,but is not limited to,damages incurred by either party for loss of income,lost profit, financing costs,loss of business ordama for utation. Limitation of Liability -Mutual LImltaUan of Liability. The parties hereby agree that either party's total liability to the other for any and all Injuries,claims,losses,cost,expenses,or damages whatsoever arising out of or in any way r related to the Project or this Agreement,from any cause or causes including,but not limited to,negligence and/or breach of contract.shall not exceed the total compensation received by Gensler under this Agniement. Gensler Paim Springs International Auport 9 1 8.2 INSURANCE Insurance Coverage: Gensler has reviewed the proposed insurance requirements contained within the proposed Professional Services agreement.We would like to have further discussion regarding items 5.1.D, 5.2, 5.3.1,and 5.5 as noted in the contract review above. B.3 DBE Goal . Gensler has assembled a team that we are confident can meet the 6.3 -/o Disadvantaged Business Enterprise(DBE) . participation as outlined in the RFQ.The primary source of participation will come from our MEP engineer, PBS Engineering,our cost estimator/scheduling consultant,Connico, and our IT/security consultant, Creelman. At the • start of each assignment that we are awarded,we will assess our ability to meet the goal, and if necessary,we will reach out to the DBE community to supplement our team. pp Z O V Q i ���1�1�f�4111111114}�{���i ti i111111 �►i rV 1 I,I,Is;tiNi W _ i 1+1N i C I ill+ CA LIST ARCHITECTURAL DESIGN SERVICES Neil McLean, AIA CAPABILITY Senior Associate f Gensler provides specialized services that enhance Design Manager the passenger experience through improved efficiency,level of service and Integration at Neil understands the nature of both large complex the airport.Crafting a distinct,enjoyable journey aviation and corporate projects as well as On-Call task through an authentic experience positively affects based projects. He has the ability to interact passenger efficiency and safety,enhances revenue constructively with a wide range of personalities and r development and creates an airport that is proudly possess the business skills to keep the projects representative of the local culture. on-schedule and on-budget Perhaps and most ' importantly,Neil has developed management and The airport experience needs to communicate the budgeting practices at Gensler that can dovetail into 1 city's vibrant and energetic character to the passenger, various internal management systems,and has first had as well as the sophistication and reliability that experience in managing and coordinating multiple constitutes that city's brand. project teams. Gensler's design teams are widely recognized 27 Years of Experience R for an"inside-out"approach that carefully Integrates stakeholder needs,practicality, License and airport strategic business goals,while Licensed Architect,CA:C31965 delivering Innovation to a demanding industry. e With achievements in airport planning, retail and Background organization planning,our success in aviation design Bachelor of Architecture,Southern California Institute ' rests in strong,effective management and the ability of Architecture to coordinate the various professional disciplines Member,American Institute of Architects(AIA) required to successfully complete complex projects. LEED Accredited Professional For Palm Springs Airport,Gensler will provide: Selected Project Ex pe ence ' Architecture,Interior Design,Grahic&Wayfrnding Palm Springs International Airport,Various Projects Services Terminal Building Entry Renovation and Interior i Improvements Our other areas of practice include: Regional Jet Hold Room Aviation&Transportation Walkway Canopy Mission Critical Facilities Concessions/ Restroom Structure Brand Design Van Nuys Airport, Elite Aviation and PBQ Aviation, Mixed-Use &Entertainment FBO Design Building&Campuses Los Angeles International Airport,Various On-Call Planning&Urban Design Projects Consulting John Wayne Airport,Orange County California, Professional Service Firms Security Screening Checkpoint Expansion Education ' Product Design Financial Services Firms Retail Hospitality Workplace Gensler I Pam Sp ings inlemalional Anport 11 { f t Keith Thompson, AIA, LEE AP Los Angeles International Airport f Principal American Airlines,Terminal 4/5 consolidation and expansion Principal in Charge Delta Airlines,Terminal 2/3 relocation Midfield Satellite Concourse His experience in aviation facility planning and On-call services(multiple projects) design includes project and program leadership with In-Line EDS Design -Terminals 1.8 an emphasis on terminal and landside design and SSCP Design -Terminals 1-8 planning.Mr.Thompson has provided design and Domestic Terminal Security technical leadership on a majority of the Gensler Terminal 3 Design aviation portfolio, most recently on the executive team South-side Taxiway redesign for the $700M Midfield Satellite Concourse project John Wayne Airport, Newport Beach,CA at LAX,as Project Director on the recently completed Terminal Expansion $250M Terminal C project at John Wayne Airport,and Security Checkpoint Expansion E as the collaborating design architect of the four million Taxiway L reconstruction square foot Terminal 2 at Incheon International Airport Airport Concession Studies in Seoul, Korea. New Terminal Design San Diego Airport,Lindbergh Field,San Diego,CA" 35 Years of Experience Terminal Planning,Airport Development Plan Airport Master Plan License West Terminal Expansion Licensed Architect,CA: C31063 Terminal Concept Study McClellan-Palomar Airport,Carlsbad,CA Background Replacement Terminal Design Master of Business Administration,Finance- Elite Aviation FBO,Van Nuys Airport,CA f Management Science,University of California, Los Admin building&Hangar Design Angeles Qantas Airlines-Tom Bradley International Terminal Bachelor of Science,Architecture, Massachusetts One World Club Lounge Design If Institute of Technology Detroit International Airport, Detroit,MI Member,American Institute of Architects(AIA) Concept Validation, North Terminal Redevelopment LEED Accredited Professional Design FCC license[general class]: KK6ZUA North Terminal Concept Study Airports Council International-North America:World Atlanta International Airport,Atlanta, GA Business Partners Associates Board 2011.2014 East International Terminal Design San Antonio International Airport,San Antonio, TX Selected Project Experience Schematic Design Terminal B/C Palm Springs Regional Airport,CA Chicago-O'Hare Airport,Chicago, IL Holdroom Design Terminal 6 Design E Security Modifications Airport Master Plan Airport PFC Application Las Vegas International Airport, Las Vegas,NV Air Service Study Remote EDS facility Terminal Expansion Design " Experience Prior to Gensler International Arrivals Area Study Terminal Area Development Plan Los Angeles International Airport,CA Ontario Airport,Ontario, California* 12 Gensler SOO 06 17.On call Aviation Consulting Sery ces M Chris Musich, Architect Melanie Freeland, AIA ' Associate LEED AP BD+C Project Architect Associate Chris Musich is a licensed Architect in the State of Senior Designer California with 15 years of experience in transportation ' design including a wide range of large and small scale Since joining Gensler in 2013 as a Senior Designer, projects in the public and private sector. she has been a valuable asset to the Aviation & Transportation Studios,bringing an infectious 14 Years of Experience enthusiasm for creativity and a diligent work ethic. Through her work on vital infrastructure and urban License in-fill projects,she combines innovation with efficient Licensed Architect,CA:33675 communication to produce successful lasting solutions. Background 17Years of Experience Bachelor of Architecture,University of Southern California License ` Member,American Institute of Architects(AIA) Licensed Architect,CA:38052178 Selected Project Experience Background John Wayne Airport Expansion Project,Santa Ana,CA Bachelor of Architecture,Architectural Design,Kansas Netjets-Maguire Aviation, FBO Facility,Van Nuys,CA State University Los Angeles International Airport,Los Angeles,CA Member,American Institute of Architects(AIA) Airport Response Coordination tenter LEED Accredited Professional - BD+C Bradley West In-Line EDS Design-Termina16 Seleicted Project Experience ' SSCP Design-Terminals 4-6 Los Angeles International Airport,Los Angeles,CA On-Call Services- Police Facility,Life Safety Midfield Satellite Concourse Assessment Confidential Flagship Project Burbank Glendale Pasadena Airport, Burbank,CA** Guam International Airport,Guam TSA Passenger and In-Line Screening Structural Upgrade and Concourse Tower Dedication Project Union Station Pastsaouras Plaza Busway Station, Bob Hope Airport,Burbank,CA** Los Angeles, CA United Airlines Hold Room Expansion Los Angeles World Airports, New Face Renovation, Boeing 717 Hangar Assessment, Long Beach,CA Los Angeles,CA* ' * Experience Prior to Gensler * Experience Prior to Gensler (I Gensler I Palm Springs International Airport 13 C.2 LIST ENGINEERING DESIGN SERVICES CAPABILITY . C&S Companies have one of the largest aviation . groups in the country,with staff dedicated to planning, environmental,airfield and landside engineering, a construction services,and other specialized disciplines. A Airport services have been the cornerstone of their ' professional practice since their founding in 1968. They work with many small hubs like Palm Springs and understand the demands facing airports like yours.They have served more than 130 airports, more than 80 of ,ae which have retained them as their on-call consultant. Because their in-house expertise is extremely broad, they can deliver almost any type of airport project from start . to finish.They have successfully completed more than 250 separate airport planning,environmental,design and • construction projects during the past five year. C&S has successfully completed rehabilitation and new construction of runways, taxiways,aprons, service . roads,and parking lots.Their engineers and construction inspectors have specific training for airfield pavements. They can perform geotechnical analysis and subbase thickness and perform geotechnical laboratory testing 1 to determine CBR values to be used in determining • a Pavement Condition Number(PCN)using FAA- developed COMFAA software and in conformance with . AC 150/5335-5C. ti C&S Is very familiar with FAA requirements and • coordination of Safety Management Systems(SMS). SMS actively builds safety into organizational processes, administration,training,operations,construction,and makes everyone a partner in promoting safety.An 5M5 approach to safety is systematic with a continuous process of evaluation, measurement, refinement, and feedback that involves the entire organization. _ One component of SMS is Safety Risk Management. SRM is designed to proactively identify hazards and k continuously assess safety risks and then contain those risks before they result in an accident.C&S has participated in SRM Panels and processes, including two recent projects for a Ground Run-up Facility project at Detroit Metro and an Vehicle Service Road at San Diego Q International Airport. U r r r r r r Arnie White Jr., PE, PLS. Brian Saull, PE ` C&S Companies I Managing Engineer C&S Companies I Civil Engineer r Lead Airside/Landside Engineering Airside/Landside Engineering r Arnie oversees the coordination and management Brian is responsible for airport and site/civil related of the engineering and operations throughout the design from conception through bidding and r southwest region.He is responsible for overseeing construction. His more than eight years of design and project and client management,processing, design, construction experience includes formulating project r and construction management on a wide range of technical specifications,drafting contract drawings, projects. He also performs design quality reviews and completing related federal and state project r of drawings,specifications and engineering reports. forms and documentation. Design experience includes His specific project experience includes a variety of aspects of 2D and 3D airport design using FAA advisory r different projects at numerous airports including circulars, FAARFIELD pavement design software, new pavements and pavement rehabilitations,roads, AASHTO pavement design,Microstation,AutoCAD, parking lots,lighting and signage, navaids,drainage, Inroads,Civil 31),soil erosion and sediment design, r utilities,fencing, safety area improvements and and layout of airfield lighting,signage,markings,and engineering studies. navigational aids. Brian's construction experience ' spans heavy highway and runway projects to pavement 28 Years of Experience preservation,fuel facilities,and airfield electrical ' systems and lighting. License r Civil Engineer,CA:RCE 57014 8 Years of Experience Land Surveyor,CA: PLS 7430 License Backgound Civil Engineer,CA:C85161 r Bachelor of Science,Civil Engineering,San Diego State University Background r Bachelor of Science,Civil Engineering,The Ohio State r Selected Project Experience University San Diego International Airport,Receiving& American Society of Civil Engineers(ASCE) r Distribution Center,San Diego,CA Meadows Field Airport,Reconstruction of Runway Selected Project Experience 12L/30R and Associated Taxiways,Bakersfield, CA Ontario International Airport Authority,on-Call Professional Ontario International Airport, Design 20,000 gal Above Services,Program Management and Engineering Services, r Ground Storage Facility for Fuel Tech Inc.,Ontario, Ontario,CA CA Moffett Federal Aviation,Runway 14L-32R Navigational Aids, r Los Angeles County Airports,On-Call Airport Edge Lighting,and Electrical Vault Replacement,and r Engineering, Los Angeles,CA Emergency Runway Repair-North End 321./14R, San Diego County Airports On-Call Airport Mountain View,CA r Engineering, Apple Valley Airport,Reconstruction of Runway 18-36 and San Diego,CA Connector Taxiways,Apple Valley,CA r Compton/Woodley Airport Runway 711-25L and Parallel Taxiway A Reconstruction,Compton,CA r Gensler I Palm Spongs International Airport 15 r i C.2 LIST ENGINEERING DESIGN SERVICES CAPABILITY Walter P Moore provides a comprehensive set of , structural engineering services to support the design, construction and improvement of building structures. . A robust platform of resources and experts enable us to tackle the most challenging of design problems. . a " Working with the world's leading architects,developers, '" ^^r�•n� owners and builders,Walter P Moore has established a reputation for structural leadership, innovation and — reliable delivery.Our clients can trust,they are in 'good hands'. . Walter P Moore's strucutral engineering design services . include new building design, building expansions, adaptive reuse, seismic design and retrofits,and • structural peer review. Walter P Moore brings extensive experience with the • structural design, seismic retrofit,and structural peer review of important buildings in highly seismic regions around the world. As a result, we are familiar with code requirements, industry leading design approaches,and appropriate seismic detailing. Many of our projects in high seismic zones are considered essential structures. j Walter P Moore has successfully delivered over 1500 1 projects in high seismic zones located on the West Coast.These project range from small art forms and 1 sports venues to hotels and mixed used developments. ` h i �6�yJ • i �w C9 J Ryan Anderson, PE SE, DBIA Sanjeev Tankha, AIA, LEED AP BD+C Walter P Moore I Project Manager Walter P Moore I Principal/ Dir.of Enclosure Practice 1 Project Manager Intergrated Fa4ade Design Specialist Ryan is a Project Manager in our Los Angeles office Sanjeev Tankha is the firm wide Director of Enclosures with ten years of engineering design and project at Walter P Moore.As Principal in the Los Angeles management experience. Ryan credits career mentors office,Sanjeev brings 25 years of experience in and vast experience in design-build for his empathetic architecture,facades and building systems.He is a ability to envision the best outcomes for all disciplines specialist in integrated fgade design,implementing on a project team.He is careful not to get bogged Innovative ideas that bring value to his clients. down in the technical aspects of structural engineering, Sanjeev strives for quality in all of his projects.He is lest that prevent him form seeing what others need skilled at developing elegant solutions that balance ' to be successful.ThaVs the only way the project will structure,sustainability,and occupant comfort. succeed. Sanjeev has experience in a wide variety of projects ' including cultural facilities,sports,civic,commercial, 20 Years of Experience transportation,and hospitality. r License 25 Years of Experience ' Licensed Professional Engineer,CA:77707 Licensed Structrual Engineer,CA:6101 license ' Licensed Architect,CA Background Master of Engineering,Structural Design (cum laude), Background University of Southern California Master of Building Science, University of Southern Bachelor of Science,Civil Engineering,(cum laude), California,School of Architecture University of Southern California Bachelor of Architecture,School of Planning and Design Build Institute of America(DBIA),Certified Architecture LEED Accredited Professional LEED Accredited Professional BD+C California Emergency Management Agency Safety American Institute of Architecture,Orange County Assessment Program Evaluator,•68466 Chapter Structural Engineers Associations of Southern California,Member Selected Project Experience American Society of Civil Engineers,Member Los Angeles World Airports LAX Midfield Expansion Selected Project Experience LAX Terminal 4 Connector Los Angeles World Airports Anaheim Regional Transportation Intermodal Center ' LAX Tom Bradley International Terminal Expansions, Los Angeles ' Experience Prior to Walter P Moore LAX Tom Bradley International Terminal Concessions, Los Angeles LAX United Terminals(6,7,and 8)Renovations and Additions,Los Angeles San Diego Airport Terminal 2 Expansion, San Diego,CA* • Experience Prior to Walter P Moore Gensler I Palm Spungz Intemauonal Airport 17 E F C l Blair Hanuschak, PE Greg Otto f Walter P Moore I Director of Airport Projects Walter P Moore I West Coast Director Senior Principal I Structural Engineer Principal I Structural Engineer Blair is a Senior Principal with over 24 years of Greg Otto is a Principal at Walter P Moore and structural engineering design and management Regional Managing Director for the west Coast.With experience,with an emphasis on airport projects.As 22 years of experience and degrees in both architecture the firm's Directorof Airport Projects,Mr.Hanuschak and engineering.Greg has been strategically focused contributes to many of the airport projects within the on collaboration between the two disciplines and the f firm,and acts as the Principal in Charge or Project potential for innovations that such working can bring. Manager on some of these efforts.His experience Greg brings a wealth of specialist knowledge in the Q includes the design of terminal buildings,consolidated areas of geometrically complex,spatial structures; rental car facilities(COnRAC's), parking garages,APM tensioned fabric and membrane structures; infrastructure,and air traffic control towers. architectural fagde systems and specialty construction materials.His portfolio of work ranges from small, 24 Years of Experience art-centric projects to large scale stadia and airport d projects,with the common denominator being the License tight integration of design and engineering. Licensed Professional Engineer, DC: PE905166;GA: 23315 22 Years of Experience Background Background Bachelor of Science,Civil Engineering, University of Master of Science,Civil Engineering,Massachusetts South Florida Institute of Technology f Airport Consultants Council, Passenger Terminal Bachelor of Science,Civil Engineering,Cooper Union Design Committee Bachelor of Architecture, Kansas State University American Association of Airport Executives,Member Selected Project Experience Selected Project Experience Los Angeles World Airports Louis Armstrong New Orleans International Airport, Los Angeles International Airport Midfield Expansion North Terminal Terminal 4 Connector North Terminal Concourse A Hamad International Airport, Doha,Qatar' Newark Liberty International Airport Anaheim Regional Transportation Intermodal Center 4 AirTrain Replacement (ARTIC),Anaheim United Club at Concourse C Louis Armstrong New Orleans International Airport, McCarran International Airport, North Terminal, New Orleans,LA International Terminal 3 Hartsfield-Jackson Atlanta International Airport ETFE Hartsfieki-Jackson Atlanta International Airport Sails,Atlanta, GA Rental Car Center Daniel K.Inouye International Airport Renovation, Concourse D Midpoint Expansion Honolulu, HI Boston Logan International Airport,Consolidated " Experience Prior to Walter P Moore Rental Car Facility 1 Tampa International Airport Consolidated Rental Car Facility ConRAC Automated People Mover 19 Gensler I SOQ 06 17,On-call AwaU:.n Consulting Seances R t t R t R C.2 LIST ENGINEERING DESIGN SERVICES Kunal Shah, PE, RCDD, LEED AP t CAPABILITY PBS Engineering I Principal r PBS Engineering,Inc.,is a full mechanical,electrical Principal in Charge/Project Manager and plumbing consulting firm with an International staff of over sixty-five professionals,all intimately Kunal has over 19 years of electrical engineering familiar with aviation design and working within experience for aviation and other practice area,which ' operating terminals.As a certified LBE/LSBE/SBE/MBE/ include major State and Federal funded modernization DBE firm PBS is committed to providing innovative projects. His responsibilities include construction solutions and personalized engineering services. cost estimating,specification writing,construction With offices in Glendora,San Diego, and Los Angeles, administration,bidding and negotiation and all aspects PBS offers a range of engineering services from the of electrical engineering and design. design of high performance mechanical, electrical, and plumbing systems to technology integration, Kunal has designed power, lighting,and signal communications,and fire protection. systems for various airports for Los Angeles World Airports(LAWA). He is knowledgeable with LAWAs ' PBS specializes in the design of major airport facilities. requirements and regulations. He is currently involved Over the last several years, PBS has developed a in managing LAWA's various on-call contract projects ' wide-ranging portfolio of airport and aviation related at various airports,such as LAX,Ontario and Van Nuys, projects,from small renovations to major utility CA. Infrastructure upgrades. Having developed a strong relationship with many airports in the Southern 19 Years of Experience California region,PBS is intimately acquainted with expectations, requirements and regulations of major License authorities and stakeholders involved in airport design. Professional Electrical Engineer,E-17249 PBS has been Involved in multiple types of project Background 1 delivery methods ranging from design build,design Bachelor of Science,Electrical Engineering,University bid build,CM at Risk,and working in collaboration of California, Irvine ' of the MEP sub contractors.Some examples of PBS Registered Communication Distribution Designer engineering at local airports include the In-Line (RCCD),007039 Baggage Screening Systems at LAX Terminals 1, Institute of Electrical and Electronic Engineers(IEEE) 2,3 and 6 to implement a cost-effective Explosive Building Industry Consulting Services International Detection System(EDS)for checked baggage,as (BICSI) well as Explosives Trace Detection(ETD) machines, Association of Consulting Electrical Engineers(ACEE) and Baggage Handling System(BHS)components. In addition to In-Line Baggage design experience, Selected Project Experience PBS has extensive experience with the design of John Wayne Airport,On-call Engineering Services ' Security Screening Check Points(SSCP)and the MEP San Diego County Regional Airport Authority,On- infrastructure for X-rays,walk-thru metal detectors call Mechanical and Electrical Consultant Services ' (WTMD),whole body image scanners(WBI)and (ongoing) remote viewing stations(RVS). Los Angeles International Airport 1 Midfield Satellite Concourse Consolidated Rental Car Center Project Delta Airlines Terminal No.S Electrical System Upgrade Gensler Palm Springs nternauonal Auport 19 t Noe Portilla, PE Tariq Hassan, PE PBS Engineering I Principal PBS Engineering I Senior Associate Plumbing Engineer Mechanical Engineer Noe has over 35 years of experience,which includes Tariq has more than 19 years of experience of 15 years with LAWA in design and construction. He engineering and design for various systems,such has designed a comprehensive range of mechanical as HVAC,laboratory and kitchen hood exhaust and systems such as HVAC,plumbing,fire protection ventilation,vehicle garage ventilation,dust collection and medical gas systems for aviation, institutional, systems,central plant systems,etc. He has designed educational,commercial,healthcare,government these types of mechanical systems for numerous new (federal and state), military,and municipal facilities. and existing facilities such as commercial,educational, His experience also includes preliminary design, healthcare,industrial and military facilities, including construction documentation,calculations,equipment entertainment centers,computer and data rooms,civil f document review and punch list observations. centers, institutional facilities and cogeneration plants. t Noe is also experienced in facility surveys,construction Tariq is well-versed in feasibility and comparative cost estimating,fire protection system design, energy utilization studies and energy conservation technical evaluations,energy audits,and feasibility projects such as chilled water,cogeneration and energy studies for various energy conservation and alternative audits.He has experience in the field of HVAC and energy systems. He has effectively managed numerous EMS control systems. complex conservation projects. 19 Years of Experience 35 Years of Experience License E Ucense Professional Mechanical Engineer,#33827 Professional Mechanical Engineer,M-29029 Background Background Bachelor of Science.,Mechanical Engineering, Master of Science.Mechanical and Electrical California State Polytechnic University Pomona Engineering, Veracruz State University,Veracruz, American Society of Heating, Refrigeration and Air Mexico Conditioning Engineers(ASHRAE) American Society of Plumbing Engineers(ASPE) National Fire Protection Association(NFPA) Selected Project Experience John Wayne Airport,On-call Engineering Services Selected Project Experience San Diego County Regional Airport Authority,On- John Wayne Airport,On-call Engineering Services call Mechanical and Electrical Consultant Services San Diego County Regional Airport Authority,On- (ongoing) Q call Mechanical and Electrical Consultant Services Los Angeles International Airport t (ongoing) Consolidated Rental Car Center Project Los Angeles International Airport Master Planning or Terminal 6,7,and 8 at LAX Terminal 2 Renovation Consolidated Rental Car Center Project E Master Planning or Terminal 6, 7,and 8 at LAX E E 1C Gensler I SOQ 06 17,On call Aviation Consulting Sery ces f 1 1 1 1 1 1 Prital Patel, PMP, RCDD, LEED AP Nishit Patel 1 PBS Engineering I Design Director PBS Engineering I Senior Associate 1 Electrical Engineer Senior Mechanical Design Engineer 1 Prital has electrical design,engineering and Nishit has over 10 years of mechanical design, construction administration experience in aviation, engineering,construction administration and project 1 large to small scale commercials, religious facilities, management experience. His project experience health care,retail,educational and relocatable includes major renovation projects for aviation, 1 classroom. Her strong electrical design,construction commercial, healthcare and educational facilities. administration,and project management experience, 1 having performed these functions on multiple aviation He is responsible for the design of heating, projects for Los Angeles World Airports(LAWA). ventilation and air conditioning systems,preparation 1 She first began working under LAWA contracts as of specifications,cost estimating and project 1 an Electrical Design Engineer,working under the coordination. His additional responsibilities include supervision of a senior electrical engineer,performing initial design development,field investigations,heating 1 design tasks on multiple projects at LAX. In this and cooling load calculations, preparation of California capacity she became familiar with not only the design Administrative Code Title 24 energy compliance 1 requirements, but the processes and protocols of documents,specifications and review of shop drawings, both LAWA as well as the Los Angeles Department of RFI and construction project coordination 1 Building and Safety(LABDS). 1 9 Years of Experience 20 Years of Experience 1 Certification Background Project Management Professional(PMP) Master of Science,Mechanical Engineering, University 1 Registered Communication Distribution Designer of Bridgeport Bridgeport,Connecticut 1 (RCDD) Bachelor of Engineering, Mechanical Engineering LEED Accredited Professional Marthawadna Institute of Technology,India 1 Background Selected Pro ect Experience 1 M.B.A.,Information System Central Queen's Land John Wayne Airport,On-call Engineering Services University Sydney,Australia Los Angeles World Airport 1 Bachelor of Science,Electrical Engineering,South Master Planning or Terminal 6,7,and 8 Gujarat University,India Terminal2 Renovation 1 Duty Free Shops Airport Concession Sere—c-0 Project Experience 1 Los Angeles World Airport 1 West Maintenance Area On-call Terminal 5 -Landside Redevelopment 1 United Airlines Terminal 7 Redevelopment Program Delta Airlines Terminal 5 Electrical Distribution System Upgrade 1 1 Gensler 1 Palm Springslnteinational Aupott 21 1 f C E ( E C.3 LIST CONSTRUCTION MANAGEMENT Cory P. Hazelwood SERVICES CAPABILITY C&S Companies j Department Manager C&S Companies Construction Management Ultimate quality is in the constructed project. The true test of any engineered design lies in the ability of the Cory's expertise includes the perspective of both 6 contractor to construct the project in a quality,cost- a licensed pilot and trained airport manager.He effective,safe,and timely manner.In recognition of the specializes in helping airports with their long-range unique nature of the aviation industry,C&S Companies planning,business goals and construction oversight maintains a full-time staff of construction managers, for both vertical and horizontal construction projects. inspectors,and support staff,whose sole focus is the Cory has been very instrumental to airport sponsors successful completion of aviation-related projects, with reviewing business and marketing strategies, Our construction personnel are fully knowledgeable of coordinating with funding agencies to maximize AIP federal aviation requirements.Their involvement in the opportunity and creating a vision for increasing airport project occurs throughout the design process in the revenue and exposure. form of constructability reviews.This provides office design personnel with the realities of a contractor's 17 Years of Experience perspective,feedback on construction phasing, methods,materials and specifications,Contract License € packaging,and contract administration matters. Licensed General B Contractor,CA: 1002581 Scheduling,coordination,quality assurance,issue resolution, and budget control becomes our focus Background upon commencement of construction. C&S prepares Extended Studies,Construction Engineering,San Diego the weekly FAA project inspection reports,which State University communicate project progress, primary issues,key Bachelor of Science,Aviation Management,Southern decisions to be made, project financial position,and Illinois University schedule status.These reports allow airport personnel AGC,Corporate Member to keep project stakeholders readily informed. Project ACA,Corporate Director cash flow projections can be provided monthly to allow for advanced financial planning. Se acted Project Experience E jet Center Los Angeles Corporate Aircraft Hanger, Hawthorne, CA Safford Regional Airport Runway Rehabilitation, Safford,AZ Charlotte Douglas International Airport,Charlotte,NC Multi-year Consultant Contract Management Hawthorne Airport Fullerton Municipal Airport San Bernardino County E March Inland Port Imperial County Airport E Los Angeles County Airports San Diego County Airports E E t :: Gensler I SOQ 06 17,On tali Aviation Consulting Services ! ! ! ! C.4 LIST AIRPORT PLANNING SERVICES Ralph Redman, ENV SP ! CAPABILITY CSS Companies I Planner C&S Companies can deliver any level of planning Planning/NEPA document,from airport layout plan updates with narrative reports to full master plans and sustainability Ralph has served as project manager/assistant project management plans.Our focus is on planning manager for airport master plans,terminal area plans, R documents that address the airport's value to its property mapping and airport layout plan updates. community,while remaining sensitive to effects He also helps clients integrate sustainability into their r on adjacent property,on the environment,and planning projects to ensure that they balance the on the region's transportation network In today's needs of people and the environment. Ralph assists ! sustainability-conscious world, a more robust and clients in making sure their proposed projects conform ' integrative approach to planning is emerging.C&S is to the guidelines and requirements of the National one of the few firms in the country with experience Environmental Policy Act(NEPA)per FAA Orders 1 with airport sustainability planning.We developed 1050.1F and 5050.4E as well as other environmental- the country's first FAA-funded sustainable master related issues. Ralph has 16 years of aviation and plan that integrated sustainability throughout the environmental planning experience at over 60 different planning process,starting with sustainability baseline airfields in 19 states and four complex air traffic control assessments as part of the facility requirements systems phase and continuing throughout the process with sustainability guidelines,alternatives criteria, 16 Years of Experience and decision-making matrices.We completed a ` sustainability management plan for Fresno Yosemite Background International,an air quality management plan for San Bachelor of Science, Natural Resource,Environmental Diego International,and were recently selected for the Science,The Ohio State University airport master plan update for Ontario International. Envision Sustainability Professional,2014 Airports Consultants Council(AAC),Planning& 1 Environmental Committee Airports Council International(ACI-NA)- North America,Environmental Affairs Committee ' Selected Project Experience City of San Diego Airport Master Plan Updates McClellan-Palomar Airport Master Plan Program EIR, Carlsbad,CA Lake Tahoe Airport Master Plan with Sustainability, ' South Jacqueline Cochran Regional Airport and Hemet- Ryan Airport Environmental Assessments,Riverside County,CA 1 1 I Gensler I Palm Springs international Anport 21 C.S LIST ENVIRONMENTAL SERVICES CAPABILITY , ESA distinguishes itself from other environmental . consulting firms with a dedicated aviation consulting practice within the firm that serves airports nationwide. . _ Our staff members understand the intricate nature of airport operations and are environmental planning and land use compatibility planning experts.We offer a team of specialists versed in aviation facility planning, r i environmental documentation,aircraft noise analysis, permitting, and compliance monitoring. ESA's services encompass CEQA/NEPA,land use planning,noise analysis,air quality modeling, . !; greenhouse gas inventories, sustainability assessments, t permitting,environmental/construction monitoring, . restoration,and public involvement.We have extensive experience working with the Federal Aviation i Administration(FAA)and environmental regulatory agencies. a♦ ESA has performed biological,archaeological,and historic resources assessments in and around the Coachella Valley,including Palm Springs.Through ESA's work and the experience of our in-house staff, we have completed a portfolio of environmental r documentation in compliance with federal,state,and . i local requirements, including the Coachella Valley Multi-Species Habitat Conservation Plan,and engaged • in coordination with resource agencies and local tribes. Steven Alverson Gregory Ainsworth ESA I Sr.Vice President ESA I Director,Senior Managing Biologist CEQA/NEPA CEQA/NEPA Steve has 35 years of aviation environmental Greg has over 16 years of experience in design and consulting experience and has provided airport implementation of data collection,habitat monitoring environmental consulting services to the Sacramento and management programs,and managing large field County Department of Airports,the March Inland survey efforts,including compliance and construction r Airport,the San Diego County Regional Airport monitoring teams.Greg has participated in,analyzed, Authority,the San Francisco Airport Commission,the or directed focused field surveys on hundreds of Port of Oakland, Los Angeles World Airports, the Port project sites located in and around the coastal,desert of Seattle,and the Port of Portland.He has managed and cismontane ecosystems that occur throughout Los a broad range of environmental documentation Angeles County.He has designed and led numerous projects ranging from the installation of an ILS to a focused species surveys that are relevant to this runway extension. He has overseen the preparation project.Gre&experience in these environments of categorical exclusions,initial studies,negative allows him to understand the sensitive biota within this declarations,environmental impact reports,and habitats that exist at many of the Southern California environmental assessments for a wide range of airport airports. development projects. ' 19-Y—e—a—rs-9 Experience 35 Years of Experience Certification rt cation International Certified Arborist,WE7473A Certified ESOP Fiduciary,Rady School of Management Certified Wetland Delineator,Wetland Delineation & Management(ACOE*2128) Background Bachelor of Science,Aeronautics, Dowling College Background Airports Council International, North America M.C.R.P.,Environmental Planning, California ' American Association of Airport Executives Polytechnic State Univerisity,San Luis Obispo Sustainable Aviation Guidance Alliance Bachelor of Science,Environmental Horticulture Science, Selected Project Experience California Polytechnic State Univerisity,San Luis Santa Maria Public Airport Master Plan EA and EIR Obispo March Inland Port Airport General Aviation Apron Development EIR and General Aviation Safety Study, a ecte Pro ect Experience Riverside Los Angeles World Airport On-Call Environmental and Murray Field Master Plan EA/EIRIS,McKinleyville,CA Technical Expert, Los Angeles,CA ' City of South Lake Tahoe Airport Master Plan Jacqueline Cochran Regional Airport and Hemet-Ryan Environmental Overview Airport, Environmental Services, Riverside,CA ' Sacramento International Airport Master Plan Update March Inland Port Airport General Aviation Apron Environmental Overview,Sacramento,CA Development EIR, Riverside,CA ' Metropolitan Airpark Master Development Plan and EIR,San Diego,CA Gensler i Palm Springs International Adpori 25 C.6 IDENTIFY OTHER AIRPORT SPECIALTY CONSULTING SERVICES , Connico Incorporated is a construction consulting . firm specializing in Cost Estimating, Scheduling, Program, and Project Management. Founded in 1990 . by Connie S.Gowder,CCP,Connico serves airports, architects, planners,and engineers from offices . in the Nashville, Tennessee and Cincinnati, Ohio areas. Connicos primary market segment focus is Aviation and all aspects of airport airside and landside planning,design,and construction, from master plans, improvement plans,and land use plans, to on-call and as-needed consulting services, new construction and renovation, and feasibility studies. Connico is a certified . as a DBE/WBE with several agencies and 4S states across the U.S.and Puerto Rico. . Connico's airport assignments have involved . aviation facilities from small general aviation to large hub international airports across the U.S., from Baltimore, MD to Los Angeles, CA and include project components such as. , • Aprons Fueling Systems • ARFF Glycol Management • • ATCTs Hangars • Automated Lighting . PeopleMovers Maintenance Baggage Handling NAVAIDs . Systems Parking Garages Cargo Runways . CCTV Safety Areas Concessions/Retail • Secured Checkpoints • Concourses • Storm Water • CONRACs • Taxiways • CUFFS • Terminals • CUSS • Ticket Lobbies • EMAS • Utilities • FIDS/BIDS/GIDS • FIS `J (1 Ian J. de Keper, FRICS Lisa Heckendorn-Blake, PMP 1 Connico Inc. I Estimating manager ConnIco Inc.I Senior Scheduler ' Senior Cost Estimator Senior Scheduler ' Ian is the Estimating Manager with Connico Lisa is a Senior Scheduler with more than 35 years Incorporated offering 44 years'experience in of project management experience in many different construction consulting and construction management. areas including planning,scheduling, budget During his career,Ian has worked on high profile development, cost/change management,construction projects in the United States,Europe, and the Middle management,and team coordination.As one of East. Ian's attention to detail in providing cost Connico's Senior Project Managers, Lisa provides estimates is exceptional, Ian's projects have covered many services including construction administration, a broad spectrum of market segments,and he offers design and construction scheduling.As a construction relevant experience working on aviation projects. professional she utilizes software programs such as Primavera 6,Expedition Contract Manager,and 44 Years of Experience Microsoft Project. Lisa is highly experienced in ' preparing complicated and tight schedules requiring Certificates completion by a fixed deadline. Fellow, Royal Institution of Charted Surveyors(FRICS) 36 Years of Experience Background Bachelor of Science,Building Economics Bristol Polytechnic Background Institute Bristol,England Bachelor of Science,Chemical Engineering,Grove City AACE International College,Grove City,Pennsylvania Airport Consultants Council Airport Consultants Council Professional Construction Estimators Association American Association of Airport Executives Kentucky Aviation Association Project Management Institute ` Selected Project Experience Des Moines International Airport, DSM Terminal Area Selected Project Experience ` Concepts,Des Moines,IA Pittsburgh International Airport,Allegheny County Airport Charleston International Airport,CHS Terminal Authority Pittsburgh Master Plan Update,Pittsburgh,PA t Redevelopment&Improvement,Charleston,SC Memphis International Airport,MEM Terminal Will Rogers World Airport,OKC Terminal Building Expansion/ Modernization Project Memphis,TN ' Renovation,Oklahoma City,OK San Diego International Airport,SAN Runway 9-27 Kansas City International Airport,MCI Terminal Rehabilitation,San Diego.CA Development Planning,Kansas City,MO Portland International Airport,PDX Access Control and Memphis International Airport,MEM Concourse B Security Systems Replacement,Portland,OR Modernization,Memphis,TN Lexington Bluegrass Airport,LEX Taxiway Safety ' Cincinnati/Northern Kentucky International Airport,CVG Enhancement Program Management,Lexington,KY Master Plan Update, Hebron,KY ' Gensler Palm Springs Inte ndoonal Auport 27 f f f f C.6 IDENTIFY OTHER AIRPORT SPECIALTY Dr. Lynn Creelman ! CONSULTING SERVICES Creelman Inc. I President Creelman,Inc.provides technical services to cost- IT/Security effectively support projects in the transportation sector,as well as municipal and private organizations. Dr.Creelman has over 34 years of experience in the We offer a strong mix of personnel with the range environmental and IT fields.As President of Creelman, of skills needed to support the complete project Inc.for 16 years, Dr.Creelman works directly on life-cycle, including planning,design,construction, numerous IT and environmental projects,often at and operations,using our unique ability to integrate Category X airports. sustainable development principles into a feasible solution. 34 Years of Experience ! Our primary focus involves IT systems implementation Background E including Security(Close Circuit Television(CCTV), Doctorate,Environmental Science and Engineering, ! Access Control),Communications(VOIP,Telephone, University of California, Los Angeles,CA Radio), Geographic information Systems(GIS). Masters of Science,Environmental Health Science with Computerized Maintenance Management Systems Specialization in Air Pollution,University of California, (CMMS),and Enterprise Content Management Los Angeles,CA { (ECM).Our services include Business Process Bachelor of Arts,Chemistry,University of Nevada, Analysis,Standards Development,Threat and Las Vegas,NV Vulnerability Analysis, Computer Aided Design and Drafting(CADD),Constructability Analysis, Building Selected Project Experience f Information Modeling(BIM), Risk Management,Asset Los Angeles World Airport Management, Project and Document Controls,and Mitigation Monitoring Reporting Plan(MMRP)for LAX ! Quality Assurance. Master Plan Developed Policies and Procedures for Facilities Information Management { Geographic Information System Implementation Study Dallas/Fort Worth International Airport It Assessed Permitting Issues for Proposed Construction of a 11OMW Power Plant Denver International Airport South Terminal Redevelopment Project Wait Disney Corporation Prepared High Level IT Strategy to achieve Zero GHG emissions,Zero Solid Waste,Zero Waster Water,Zero { Ecosystem impacts ( ! ( t { :8 Gensler SOQ 0617 On-call Aviation Consulting Services C i i i i i i Michael Post Bryan Tomeo, RCCD ' Creelman Inc. I Security Consultant Creelman Inc. I Subject Matter Consultant ' Security IT Retired Chief of Police and consultant with a diverse Mr.Bryan Tomeo leverages 15 years of IT Consulting background providing leadership and innovation for and Project Management experience combined with ' law enforcement,port and aviation security,public 24 years of estimating and installing Construction, organization management, non-profit corporate Technology and cabling systems projects, in the 1 leadership and conservation organization development. following sectors:8 years in Aviation,7 years in School Districts,5 years in Commercial and Residential 34 Years of Experience Buildings, 5 years in Hospitals,4 years of Theme Park Experience,2 years of Higher Education Instruction, 1 Background year in Refineries, Port Transportation and Government Master of Science in Management,California State Facilities. Polytechnic University,Pomona Command College,State of California Peace Officers 34 Years of Experience Standards and Training,Class Valedictorian ' Bachelor of Arts in Criminal justice.Chapman College, Background Orange Bachelor of Art,Business Entrepreneurial Management. Graduate;National Academy, Federal Bureau of California State University,Fullerton Investigation,Quantico,Virginia RCDD Graduate;U.S.M.C.Law Enforcement Specialist-Psychological IEEE Member Profiling in Homicide Investigations, F.B.I.Academy Selected Project Experience ' Selected Project Experience Los Angeles International Airport July 2010 to December 2010 Ontario Airport ` Providing subject matter expertise for the Denver San Bernardino Airport International Airport South Terminal Expansion Project San Diego Airport criteria for design planning for special systems Involving Xerox a terminal expansion,hotel construction,train station Disnelyand ' construction and public venue plaza. AECOM March 2008 to December 2009 Otay Mesa Border Patrol Provided subject matter expertise for the Hartsfield-Jackson Port of Long Beach Atlanta international Airport,Consolidated Command and Chevron Control Center Project,to include policy and procedure development,training standards and job description ` development for the Airport Operations Center and the ' Emergency Operations Center. March to June 2010 1 Completed a policy and procedure revue and a conducted a risk assessment and quality assurance audit of a pending ' employee termination action for the City of Thousand Oaks,California in their Department of Public Works, Municipal Services Center. C,ens:Pr l Palm Springs lnteinational Airport 1) f t C.6 IDENTIFY OTHER AIRPORT SPECIALTY James E. Branda 4 CONSULTING SERVICES Ricondo&Associates I Vice President Ricondo&Associates,Inc.is a full-service aviation ConRAC Planning consultancy specializing in airport planning and business management services in support of airport James has more than 25 years of airport rental car E owners and operators,airlines,and federal and state concession and facility development experience. He agencies. Since Its inception in 1989, R&A has been is an industry leader in developing and implementing dedicated to solving the challenging problems facing rental car concession programs,as well as in business the airport and airline industries. The firm is owned and financial planning for consolidated rental car and operated by its senior officers and has no other facilities,having assisted with more than half of business interest except airport and aviation consulting. the consolidated rental car facilities currently in { development or operation in the United States.Mr. The diverse backgrounds of our senior staff,along Branda led Budget Rent A Car's worldwide properties with their individual expertise,qualify R&A to provide and facilities division for 14 years. { comprehensive aviation consulting services for airports of all sizes. R&Ns officers average nearly 30 years of 25 Years of Experience E commitment to the aviation industry, having worked as consultants and problem solvers for airport operators Background and airlines,as well as for the Federal Aviation Bachelor of Arts,Political Science,Monmouth College Administration (FAA)and the Transportation Security Juris Doctorate,Washburn University (r Administration. The consulting services offered by American Association of Airport Executives(AAAE) R&A range from broad problem-solving consulting to Chicago Bar Association specialized technical analyses in the following areas: Airports Council International • Airfield Analysis and Planning Selected Project Experience • Airport Business and Financial Services El Paso International Airport • Airspace Analysis and Planning New Rental Car Concession Program It • Environmental Services Plan of Finance • Forecasting Bid Specifications { • General Advisory Services Seattle-Tacoma International Airports • Land Use and Development Planning Rental Car Concession Agreements Assessment and • Landside Planning Impementation • Management Support Services San Diego International Airport,ConRAC Financial Feasibility • Noise Analyses Assessment • Operations Research Los Angeles World Airports • Regulatory Assistance Advanced Planning,Space Programming • Strategic Planning Business and Financial Services Analysis and • Sustainability Services Implementation { • Terminal and Facilities Planning ConRAC Feasibility Analysis t { { 3i; Gensler I soQ 06 17,on call Aviation Consulting Semces 6 l Bryan Elliot Jacob Strawn Ricondo&Associates j Director Ricondo&Associates I Director ConRAC Planning Airport Planning Bryan brings over 10 years of airport consulting Jacob has over 15 years of experience working on experience. He currently leads R&Xs;Airport Rates and airport planning and aviation projects. He has applied Charges Analysis work for the Raleigh-Durham Airport his experience in airport planning on a variety of Authority which involves developing an updated projects,including ground access planning,and airline rates and charges study,preparing a 20-year landside concept development,comprehensive cash flow analysis,and developing recommendations landside master plans,and airport land use plans at related to airline fees for the Airport Authority's airports throughout the United States. future year budgets. He has a wealth of airport planning experience, including leading airport master 15 Years of Experience planning studies,benchmarking studies,airline lease negotiations,strategic business plans,and financial Background analysis,to support airport capital improvement plans. Master of Public Administration,Aviation,Southern Illinois He also has over 15 years of experience with the University at Carbondale ' Federal Aviation Administration's PFC process. Bachelor of Science,Aviation Management,Southern Illinois University at Carbondale ' 30 Years of Experience Airport Ground Transportation Association Background Selected Project Experience Master of Administration,Lynchburg College Raleigh-Durham International Airport,Master Plan for Bachelor of Science(Cum Laude),Public Administration, Landside Facilities James Madison University landside Lead Planner for,ConRAC cost estimates,planning, Accredited Airport Executive,American Association of and budgeting ` Airport Executives(AAAE) Denver Chicago O'Hare i Selected Project Experience Tucson Raleigh-Durham Airport Authority,Airport Rates and Charleston(South Carolina) Charges Analysis Columbus International Airports Redmond Municipal Airport-Roberts Field Rental Car Chicago O'Hare International Airport.Airport Parking Customer Facility Charge(CFC),CYC Debt Capacity Demand Analysis Analysis and Develop New Rental Car Concecssion Contracts John Glenn Columbus International Airport, Rental Car Concession Agreement Contract ' Charlottesville-Albemarle Airport Authority,Chief Executive Office(17 years) ( Delta Airport Consultants,Inc I I 1 Gensler Palm Springs International Auport 31 i E E E F t C.6 IDENTIFY OTHER AIRPORT SPECIALTY John Heard CONSULTING SERVICES BNP Associates,inc.1 Project Director BNP Associates,Inc. has been providing specialized Baggage Handling Consultant F consulting services to the air transportation industry on a worldwide basis since 1971.These services are John has over 25 years of experience in the aviation specifically directed at apron,air cargo,air express/mail industry,he provides a balanced and well-rounded and baggage handling systems and operations.With viewpoint in the construction and commissioning E over 45 years of professional experience,BNP has been processes from his professional experience as client. involved in hundreds of projects throughout the world. contractor,and consultant.His knowledge allows him E The scale of projects has ranged from the renovation to thoroughly understand the detailed requirements of small manual systems to some of the largest for successfully operating complex automated E mechanized material handling systems in the world. systems.His experience in the Royal Australian Air Force provides John with excellent management, The consulting services offered include master organizational and reporting skills. His role with BNP planning,analysis and programming of current and has been to provide on-site construction management projected system requirements,conceptual design, expertise including system commissioning,acceptance design development where the architectural and testing and providing assistance with the transition to engineering interfaces are defined,specifications, operation of new systems. bidding/tendering services,construction administration and construction management.BNP's client list is 25 Years of Experience composed of airlines,airports, government agencies, express companies and Architects/Engineers who Background l specialize in airports. Bachelor of Science,Electrical Engineering,Footscray Technical College,Australia Royal Australian Air Force,Management and Supervision O&M Training for Flight Trainer,Sperry Corporation, Reston, VA O&M Training for ABHS At Denverbae Corporation, Denver, CO E Square D PLC 650 Processor Square D,Denver,CO Selected Project Experience Charlotte Douglas international Airport,Charlotte, NC Will Rogers Airport,Oklahoma City,OK San Francisco Int'I Airport,San Francisco,CA John Wayne Airport,Orange County,CA Los Angeles International Airport,Los Angeles,CA George Bush Intercontinental Airport,Houston TX ( 1 F 31 Gensler I S000617.On call Aviation consulting servkes f � w z Q r V w J & vowAMM i r 7 � c I 40 ! lil�lilllit A �� 1 DA Knowledge and Experience with Federal aware of new advisory circulars(ACs). ` Aviation Administration In fact,one of our airport group managers participated in the update and revision of many FAA AC5 in the FAA Experience past five years on the Airport Consultants Council C&S has a thorough understanding of FAA regulations, Engineering Committee.As chair of the committee In policies,and procedures.We have specialized staff 2006, he worked directly with FAA headquarters staff to dedicating 100%of their time on airport projects. revise and update more than 10 ACs. Our project experience includes more than 2,000 airport projects of all types.C&S's airport engineering Grants Administration professionals tackle routine and complex issues Unlike many other consultants,C&S has full-time grant associated with airport projects every day.They administrators to manage the avalanche of paperwork interpret information contained in FAA advisory involved in securing funding.As a result,our clients circulars,orders,federal aviation regulations,and receive prompt and regular reimbursements from the other published documents and apply the regulations FAA.We are thoroughly knowledgeable of program and policies to solve airport design issues and secure requirements.C&S has administered nearly 300 maximum federal funding for airport sponsors. individual grants for more than 30 airports nationwide. ` The total dollar value of those grants totals more than We have worked with seven of the nine FAA regions, $225,000,000. ' including the Western Pacific Region,whom we have worked with for more than 15 years.Every region Through managing hundreds of eligible projects over and Airport District Office(ADO)interprets certain the last 49 years,we have developed a familiarity FAA regulations differently.We have developed with FAA regulatory documents by administering the relationships with FAA planning and programming, entire grant process for many of our airport sponsors, engineering,and environmental staff in the region. conducting regular programming meetings with We can conduct meetings on behalf of clients and FAA Airport District Office personnel,and working 1 review project deliverables face-to-face with FAA staff closely with FAA headquarters and regional staff. Our which enhances project productivity and significantly professional staff and full-time grants administrator shortens project approval timeframes.Our involvement work every day under the guidelines of FAA Order and development of the California Best Practices guide 5100.38D,Airport Improvement Program Handbook ' has enabled us to have a strong understanding of FAA that governs the eligibility of all FAA-funded projects, expectations and to develop deep rooted relationships. including noise mitigation programs. ' The best practices guide was created to work in collaboration with Caltrans Division of Aeronautics, ` FAA Western Pacific Region and airport sponsors. FAA Advisory Circulars and Standards All work associated with the contract will be planned, designed, implemented,or otherwise undertaken in ' accordance with relevant FAA requirements.These requirements are typically provided in advisory circulars ' that will be used and followed by project staff and referenced where appropriate in project deliverables. ' Members of C&S's Airport Group continuously educate themselves about the ongoing development of FAA regulations and keep all C&S airport professionals ' Gensler I Palm springs Inteinauonal Airport 33 1 • • 0.2 PROJECT EXAMPLES • John Wayne Airport • Gensler i Santa Ana,CA • • • Terminal C expanded airport capacity by nearly 2 million passengers to provide the airport with room for growth, all while retaining the original feel of the airport in an upgraded Completed 2011 design. services Provided • Full Service Architecture • In 2006, Gensler was awarded a$26 As well as serving as design architect for and Interior Design . million contract for the design of the the original terminal expansion, Gensler Construction new 250,000-square-foot terminal at was recently under contract for structural Administration Services . John Wayne Airport."Terminal C"was security modifications,phase II at the Tenant Design Guidelines constructed immediately south of the airport.Our scope encompassed an overall Signage and Graph cs . existing Riley Terminal complex and will security upgrade,including the expansion include six commercial passenger gates,as of passenger checkpoints and additional Project Assignments . well as new security checkpoints baggage vehicle barricades at the curbside.Gensler Terminal C Expansion carousels,concessions and other passenger completed this assignment,doubling Project(2011) amenities.As Gensler was the design the number of checkpoint lanes in 184 security checkpoint architect for the original terminal expansion days,from notice to proceed to opening, modifications(2007) at John Wayne Airport,expanding it from while maintaining the character of the Terminal AU Expansion 29,000 square feet to 280,000 square feet original design. (lese) • with 14 gates and a parking structure for . 8,400 vehicles,we are also responsible for providing design and construction . administration services for renovations to the existing Riley Terminal. John Wayne Airport was designed in the late 1980's to accommodate 8.4 million annual passengers(MAP).With the addition of Terminal C, the airport will increase its capacity to as many as i 10.8 MAP by the year 2011.Terminal C . is one component of the larger Airport Improvement Program—one of the _ • County's largest ever public works program—that includes a construction of a new aircraft overnight parking apron and two new parking structures.The new S terminal and first new parking structure were completed in 2011. E D.2 PROJECT EXAMPLES f f San Diego International Airport 4 Receiving and Distribution Center r C&S Companies j San Diego,CA f C&S was the project management, The 23,000-square-foot facility serves as the Completed 2012 E construction management,site%ivil main screening and distribution center for engineer,and sustainability lead for a team airport concessions.The building includes size of consultants who developed a new$8.7 employee offices,a secure screening area, 23.000 SF million receiving and distribution center a non-secure delivery area,dry/cold/freezer f (RDC)at San Diego International Airport. storage,and operations sup-port space.The Services Provided This project was developed through a 1.49-acre site also includes landscaping, Construction E public-private partnership between Aviation loading docks, and employee parking. Management Facilities Company, Inc.,(AFCO)and the San Site/Civil Engineering f Diego County Regional Airport Authority. The project achieved LEED Gold Sustalnability certification,exceeding the original target C&S led an integrated project delivery of LEED Silver as specified by the Airport AvrarciXertiRcation f method,which involved comprehensive Authody,by incorporating additional LEED Gold certified collaboration among team members sustainable components into the building's Construction f from pre-design through construction design and construction,while still Management and provide guidance,constructability remaining in budget.Sustainable features Association of America, review feedback,and most importantly include: San Diego Chapter. cost sensible consulting to allow the team • Drought-tolerant landscaping that Award to exceed a proposed fast track schedule requires no irrigation and save overall cost. By including all • Light-colored roofing and paving t entities in the decision-making process, materials to reduce temperature unique opportunities were identified and increases E implemented limiting the number of time- • Preferred parking for carpooling and E consuming and costly change orders. energy-efficient vehicles • Solar domestic hot water system E C&S worked closely with the client during - Bicycle storage and shower facilities construction on burn rates during design • Lighting and climate control systems and demonstrated how cost controls • Water-efficient plumbing fixtures were being monitored during this phase. f During construction US handled all These and other elements contribute to a oversight and assured that any cost 40 percent reduction of potable water use Impacts were held under the contractors and a 27 percent reduction in energy use responsibility.During design-build compared to traditional buildings. charrette's we addressed and vetted all potential changes or constructability issues Construction of the facility began in March to affirm the airports budget was met.The 2012 and was completed in eight months. i airportwas briefed weeklyon budget Following minor tenant improvements, status through cost loaded schedule and Bradford Airport Logistics, Inc., began any changes outside of the contract was operating the RDC in November 2012. cost analyzed closely with the contractor and airport staff. 36 Gensler I SOQ 0617,On call Aviation Consulting Services f t D.2 PROJECT EXAMPLES San Diego International Airport i Receiving and Distribution Center 4 C&S Companies j San Diego,CA e C&S was the project management, The 23,000-square-foot facility serves as the Completed2012 . construction management,site%iviI main screening and distribution center for engineer,and sustainability lead for a team airport concessions.The building includes sift of consultants who developed a new$8.7 employee offices,a secure screening area, 23.000 SF million receiving and distribution center a non-secure delivery area,dry/cold/freezer (RDC)at San Diego International Airport. storage, and operations sup-port space.The services Provided This project was developed through a 1.49-acre site also includes landscaping, Construction public-private partnership between Aviation loading docks,and employee parking. management Facilities Company, Inc.,(AFCO)and the San Site/Civil Engineering Diego County Regional Airport Authority. The project achieved LEED Gold sustainability . certification,exceeding the original target C&S led an integrated project delivery of LEED Silver as specified by the Airport Award/Certification . method,which involved comprehensive Authoriy,by incorporating additional LEED Gold certified collaboration among team members sustainable components into the building's Construction . from pre-design through construction design and construction,while still Management and provide guidance,constructability remaining in budget.Sustainable features Association of America. . review feedback, and most importantly include: San Diego chapter. cost sensible consulting to allow the team • Drought-tolerant landscaping that Award 48 to exceed a proposed fast track schedule requires no irrigation and save overall cost. By including all • Light-colored roofing and paving 46 entities in the decision-making process, materials to reduce temperature unique opportunities were identified and increases implemented limiting the number of time- • Preferred parking for carpooling and . consuming and costly change orders. energy-efficient vehicles • Solar domestic hot water system . C&S worked closely with the client during • Bicycle storage and shower facilities construction on burn rates during design • Lighting and climate control systems and demonstrated how cost controls • Water-efficient plumbing fixtures were being monitored during this phase. During construction C&S handled all These and other elements contribute to a oversight and assured that any cost 40 percent reduction of potable water use • Impacts were held under the contractors and a 27 percent reduction in energy use responsibility. During design-build compared to traditional buildings. charrette's we addressed and vetted all potential changes or constructability issues Construction of the facility began in March to affirm the airports budget was met.The 2012 and was completed in eight months. airport was briefed weekly on budget Following minor tenant improvements, status through cost loaded schedule and Bradford Airport Logistics, Inc., began any changes outside of the contract was operating the RDC in November2012. cost analyzed closely with the contractor 48 and airport staff. f r" D.3 PAST EXPERIENCE AND SUCCESS WITH DBE Name of project: Los Angeles International Airport PARTICIPATION (LAX)On Call DA 4287 SSE Goal:20%MBE/WBE/DBE Participation. Primarily through our work at Los Angeles International Actual SSE or DBE participation in the project Airport(LAX),we have participated in many programs Approximately 17%. requiring utilization of one of the following categories or combination of categories:DBE,SBE, MBE,WBE.The D.4 PROJECT MANAGEMENTTOOLS participation goals set by Los Angeles World Airports As with all well executed projects,starting with a solid (LAWA)for contracts where we were the prime have plan is the best assurance that outcomes will meet been between at 20%our total fees.Our utilization expectations.We have found over the years that one { rates have met or exceeded the goals for those tool alone cannot stretch to cover all the needs that contracts. may arise in the development and implementation of your plan.Working across a larger set of tools is the Our primary method of meeting the prescribed goal norm.We no longer think in terms of the ultimate has been through: tool, but we value the specific power and capabilities of many tools to create, implement,and evaluate our 4 1.Outreach to qualified firms in our area.This occurs projects. through multiple methods. It can be a prescribed 4t process of notification and solicitation required by Fee Schedule and Process Tools a particular contract that we are pursuing;through Along with the traditional tools such as Excel and participation in airport or industry/organization MS Project,Gensler uses many internally developed hosted events that are designed to expose qualified applications to plan and monitor a project.Out internal firms to prime firms;or through LAX sponsored Project Dashboard allows a manager to create a work "first source"programs that connect firms and plan,develop a fee schedule and revenue plan,and qualified candidates. monitor the progress of those plans at any time.The 2.Development of working relationships with qualified fee plans that the PM creates,automatically feed into firms over the years so that they are familiar with our firmwide staffing system that helps ensure that our our process and staff and have the ability to make teams are being utilized appropriately and can serve a significant impact to the projects we work on our clients efficiently. 1 together.This would be in the traditional prime/ sub-consultant relationship. From the architects perspective,we find that most l 3.Development of other qualified architectural of our work can be scheduled and monitored with firms where their staff work as extensions of our basic digital tools.For our CM consultant,the work internal team so that they can gain specific project is handled by more complex scheduling tools such as experience to build their own qualifications for a Primavera and other industry tools that allow modeling particular project type. options and critical path scheduling analysis.These f tools give the team,and client,a better perspective Past Projects that required DBE participation and ability to spot areas where the schedule may slip E Name of project: Los Angeles International Airport or efficiency can be gained,providing savings through (LAX)On Call DA 5006 a reduction in overhead costs associated with a SSE or DOE requirements for the project 20%SBE construction project. Participation. Actual SSE or DBE participation in the project:36% To help organize the information flow on projects, as of the August 2106 labor period. Gensler has hosted Newforma sites and participated i in many projects that have utilized e-Builder and Name of project Los Angeles International Airport Procor.All three of these services offer the ability to (LAX)On Cali DA 4685 create individual levels of access while serving as both SSE or DBE requirements for the project 20%MBE/ a reminder service and repository of tasks that need WBE/DBE Participation. to be addressed,such as RFI and Submittal reviews. 1 Actual SBE or DBE participation in the project: They also collect the decisions that have been made Approximately 44%. and the documents that support the decisions.The If project manager can effectively understand the 38 Gensler I SOQ 06 17,On call Aviation Consulting Services 4 � t cr Mr status of the processes that are administered through conforming to the design intent. these programs with their reporting and dashboard Bluebeam Studio has become indispensable to the functions. Training and basic enforcement are the most documentation team. By having the ability to digitally critical factors in the success of their use and ability to mark-up a set of drawings and then distribute the streamline processes for better outcomes. responsibility for picking up and addressing the comments to team members both close and far,the We have also had success connecting with consultants program has virtually eliminated red-lining of paper about billing and contract management through the print sets and the need for a local team to pick-up the use of Smartsheet.We have used the spreadsheet comments.The program can track the completion rate function to push-out our cash Flow plans and billing and remind team members to finish their assignments. schedules individually to our consultant team, so As the commends are picked-up in the drawings, the they can understand the expectation and timing. In user can digitally"yellow-out'the comment and let ` turn, the consultant can upload their invoices to the others know what has been completed and what is "spreadsheet"for review, processing, and inclusion in remaining to address. the client billing.Since this tool is essential a shared spreadsheet, it can be adopted and crafted for many Communication Tools i different uses. We have all used email for many years to communicate with each other and attach documents for sharing.For Production Tools some,email may be too slow or not allow for more At Gensler,we have migrated to the Revit platform casual conversations.To allow for quicker sharing of for drawing production and early design visualization. in-progress work,we have deployed an Instant Message We use the specification integration tool with Revit to (IM)system that allows you to share your desktop, ensure that keynoting and building detailing match-up video conference with another employee at their desk, 1 with our project manual and specification. Additionally, and share quick messages with chat or phone,for fluid we are utilizing a plug-in software that updates the communication. For sharing of this nature outside the model for Virtual Reality(VR)viewing through various office and with our consultant team,we use Go-To- VR viewers.VR is a tool that allows the designer to Meeting.This tool gives us a similar suite of tools as see the space as it is being developed, provides for our internal IM system (video,desktop and document the client to become more visually familiar with the sharing)paired with conference call capability so that proposed final product,and is used as a coordination larger internal and external teams can participate. and quality control check to verify that the project is E Revit As the largest Revit licensee in the United States, Effective integrated delivery demands strong BIM Gensler is committed to Virtual Design and expertise on the part of all team members,and Gensler Construction (VDC),and Building Information brings more BIM experience, customized tools and Modeling (BIM)as a design and delivery method content than any other architecture firm in the world. As unrivaled in its ability to mitigate costly coordination an early adopter of BIM technologies, Gensler began its issues and to communicate multifaceted design firm-wide implementation over five years ago. Gensler information in ways that a wide variety of users can has assembled a global team of BIM experts and leaders. access.Gensler currently holds the largest number of Ail of our Revit office leaders communicate on a regular licenses for building modeling software in the nation. basis, including bi-weekly teleconferences and webinars, Responding to the unique needs of each project, sharing best practices, new content and emerging our clients'goals and the experience of the entire technologies. ` design team,we infuse the project documents with information usable by all members of the design, The BIM platform used by Gensler is primarily based construction and facilities team. on Autodesk software products,including Revit, Navisworks, EcoTect and Green Building Studio.We F At Gensler we are constantly striving to improve our also use several non-Autodesk tools such as Sketch Up, design process and our communication of relevant Rhino, Grasshopper and IES. Our assembled team is design information. Using BIM, two-dimensional experienced in the ability to integrate IFC(Industry representations are derived from three-dimensional Foundation Classes) model, an open platform export. information, and alterations to information Gensler supports that all consultants use the Revit E automatically updates across all two-dimensional platform, but with IFC platform our team has the drawings. We are engaged in BIM from small test-fits ability to coordinate and collaborate on our Autodesk of interior spaces to complex buildings, to the largest platform within any deliver method. masterplans of entire communities, The use of this technology has given us the ability to modify design decisions and quickly illustrate the changes,and maybe even more importantly, has helped us quantify with real time data the impact of these decisions. f f a f f f F f 40 Gensler I SOO 06 17.On-call Aviation Consulting Services f . D.S PREVIOUS CONTRACTS OF SIMILAR SIZE AND SCOPE McClellan-Palomar Airport county's Environmental Impact Report. A high degree The new 16,000-square-foot regional commuter of creativity and problem solving ability was required to terminal at McClellan-Palomar Airport,with its fit all the function within the area provided. The team baggage area, restaurant and outdoor courtyards, developed multiple iterations to find the best fit for the improves capacity and upgrades the level of service at needs of the Airport. the 50-year-old facility known to many as San Diego County's best-kept secret. The project organizes, The terminal building incorporated the latest protocols . consolidates and modernizes an airport identified by and technology for airports that serve the general federal, state and county officials as "disjointed"and aviation community as well as commercial air service. "dysfunctional." Key features include a totally new modernized airport, designed to expedite passenger processing and new ' Located 30 miles north of San Diego, McClellan- security protocols; the ability to accept regional jet Palomar Airport is one of eight airports owned and aircraft; upgraded services and passenger amenities; operated by the county. Throughout its history, the and reduced life-cycle costs achieved through airport has served mainly general aviation traffic,with a sustainable design strategies handful of commercial flights to Las Vegas, Los Angeles and Phoenix- "We are very proud of the terminal and we always take any opportunity to show it off. It's a Part of a comprehensive $28.5M redevelopment testament of the professionalism and great work project, the new $7.1 million terminal replaces a design work of Gensler." temporary 5,530-square-foot prefabricated facility made up of several trailers. The new terminal, designed Guillermo(Willie) Vasquez by Gensler, consultant to Wadell Engineering, features Airport Manager, McClellan-PoiomorAirport a customs and border protection facility, high-tech in- line baggage screening,a restaurant and Wi-Fi access. The project stakeholders have complimented Gensler for the completed project. It is well understood that the r The design team worked closely with the Airport and Project was a collaboration between the Airport and responded to their needs to create a terminal that the design team - a testament to the communication could fit within the constraints of the site, reflect and and dedication to the shared goals of the project. incorporate the culture of ocean influenced location, and provide a high-level passenger experience. I" Additionally, the airport requested that flexibility be built-in to the Terminal for easy expansion of areas for as ticketing, baggage and passenger holding,should the need arise down the road. ` Because of its mixture of inside/outside spaces- — baggage claim is covered, but not enclosed - the r terminal feels larger than its actual square footage and ■ reflects the temperate climate and coastal Southern California lifestyle.The SoCal aesthetic is further h presence of carried out through the operable windows,p e decking in courtyard spaces and hand-seeded concrete floors that refer to local beaches. The airport redevelopment project was challenging, ' in large part, because the 255-acre site is a former landfill and surrounded by houses and business parks. r r Further limiting the design team was a restriction to ' occupy no more than the 24,000 square feet per the • TERMINAL CAPACITY BAGGAGE SYSTEM Key Personnel Availability Project understanding - As we understand from the description provided in the Nell McLean 50% Request for Statements of Qualification, the project Design Manager is the renovation and modernization of the bag claim Chris Musich 75% . area within the existing terminal and the associated Project Architect in-bound baggage handling system in order to enhance Melanie Freeland 75% r capacity, improve passenger Flows,and upgrade the Des goer systems to expedite bag delivery.The existing space Kelthrhompson 5� accommodates a Flat plate conveyor device for baggage Principal in Charge claim and rental car customer service counters.As a separate project, the rental car customer counters will PBS-MEP: Provide design for alternations to the be relocated to a new consolidated rental car facility. mechanical systems distribution and confirm that there is enough capacity in the system for the internal The program for the renovated space includes new expansion. Provide electrical engineering in support free standing baggage claim carousels with overhead of the new BHS equipment, lighting,convenience bag delivery, appropriate claim area and circulation for power in the space. Provide design of any new pluming passengers, bag office spaces,and appropriate back requirements. of house facilities to support the arriving passenger demand. Updates to the interior finishes, signage Kunal Shah- Principal and graphics will need to be addressed as well as the Noe Portilla - Plumbing Engineer existing advertising program and MEP/IT Systems. It is Tariq Hassan -Mechanical Engineer understood that all of the identified functions can fit Prital Patel - Electrical Engineer within the existing building envelope. If it is discovered ' during the planning and program verification stage the Walter P.Moore-Structural Engineering: Provide more space is required, the architect will work with the structural engineering in support of the new BHS ' client to identify existing space that does not require equipment. It is not anticipated that major structural and expansion to the facility changes will be required within the passenger space, but there may be new covered areas or expanded The proposed schedule for the project forecasts design structures on the secure site at the induction to the to start in the Spring of 2019 and construction to baggage system. commence approximately one year later. Greg Otto - Principal in Charge ` E.1 KEY PERSONNEL AND RESOURCES Ryan Anderson - Structural Engineer From our current understanding of this project the t following leadership and consultant team members Creelman-IT/Security: Provide detailed design would be required to complete the design of this of the IT conduit for integration of the BHS system, facility. BIDS,advertising signage, paging and other data needs. Provide specification for upgrades or new elements in Gensler-Architecture/Interior Design/Graphics the security system. and Wayfinding: Provide design leadership for the entire team and act as the primary client interface. Lynn Creelman - President/IT/Securit ` Create design layouts of the space based on the Michael Post- Security program and planning input,coordinates the work Bryan Tomeo - IT ' of the consultant team to meet the overall program, provides design solutions for color and materials, Connico-Cost Estimating: Provide cost estimates ' at major design milestones to allow the team to Keith Thompson - Principal in Charge understand where they are regarding the budget goals. Neil McLean- Design Manager Chris MuSich - Project Architect Ian J.de Keyzer -Cost Estimator Melanie Freeland - Senior Designer Lisa Heckendorn-Blake - Scheduler I Gensler Palm Springs international Airport d? I Ricondo-Aviation Planning:To confirm the 10. Identify review process required by the Airport and passenger demand and baggage quantities that would City. be expected for the facility in order to determine the 11. Identify a sustainability strategy. size,number and optimal layout of the claim devices 12. Understand and plan for(if required)input from according to the desired level of service. the TSA and/or FAA. E Bryan Elliott- ConRAC Planning From this data the leadership team can then map James Branda -ConRAC Planning out the what may be missing and make requests for Jacob Strawn-Airport Planning additional surveys and data to help create a base set of documents.At this phase the design team would start BNP-Baggage Handling:To provide the detail design the creation of a Revit model of the project from the and specification of the baggage handling system record set information.After the team has gathered and claim devices based on input from the planning the necessary data,a client kick-off meeting would be consultant.They would also coordinate with the scheduled. electrical engineer for power needs,the IT consultant for IT integration, and the structural engineer to Client and Stakeholder Kick-off confirm if additional support is needed for the 1.Present our understanding and methodology for conveyor system. the project to the stakeholder team 2.Understand specifically who will be responsible for E John Heard- Baggage Handling Designer/Planner decision making on the client side. 3.Introduce the design and consultant team and share the structure of the design team. E.2 PROPOSED WORK PLAN/METHDOLOGY 4.Confirm the program,scope,goals,budget,and schedule expectations from the Pre-Design-4 Weeks At the start of the project,the leadership team would After the Client and Stakeholder kick-off,the team meet and assess the resources and approach for would then start the process of verify the needs of the project This team would plan the process for the project with the planning analysis and program 4 implementing the project,which is based on a typical verification process.This work should be completed progression of phases,with approval by the stakeholder and approved by the stakeholder team prior to the start team at the end of each phase before of Schematic Design. f Their first step would be to: One of the critical components of this phase is to make 1.Obtain final program,scope,goals,budget,and sure the everyone becomes acquainted with each schedule expectations from the client. other,that the lines of communication are established 2.Obtain existing as-built drawings. and that everyone has been exposed to and understand 3.Obtain existing survey,reports or other data that is the final program,schedule,and budget goals. readily available regarding the current state of the space,equipment that serves the space,and any Schematic Design—6 Weeks remedial issues that need to be addressed. 4.Obtain all codes and regulations that apply Based on the final program data that was verified and C specifically to the project approved In the prior phase, the design team will start S.Understand sustainability goals, by creating plans to fit all the program elements into 6.Confirm needs for any additional studies. the existing space.The space plan will become the 7.Visit the site to confirm the existing conditions and basis for layering the building systems over to evaluate understand the existing adjacencies. the best paths and necessary area required.Basic t 8.Plan for the talents and skills of the team that adjacencies and optimal locations for each element would be needed to prepare the project work. will be selected. At the end of this phase a baseline Estimate tasks,hours and staff that can fill the cost estimate will be developed to evaluate against needs that are identified.This work plan would be a the proposed project budge.The final deliverable will refinement of the work plan that was prepared for include plans, single line engineering layouts and an the accepted fee proposal. outline specification. E 9.Prepare a code analysis. 44 Gensler S000617,On cal Aviation Consulting Seivices During this phase an initial meeting will be held with to present the final deliverables and review the cost the City's Building,Planning,and Fire Departments in estimate.This phase is the final opportunity for design order to familiarize them with the project and receive changes before the team moves into the construction any early feedback on the design. document phase. Internally,we will kick-off our QA/QC process by Construction Documents — 12 Weeks identifying our internal reviewer.The reviewer will The design team will prepare the construction provide an initial review of the project and give documents set based on the approved DD set and will feedback to the design team for Incorporation into the make adjustments for cost based on the prior phase deliverables. review.Coordination meetings will be held every other ' It is anticipated that the consultant team will meet week with the consultant team.Ali site investigations every other week for coordination,and there will be and meetings with stakeholders for design input i two meetings with the client.One at the midpoint of will have been completed at the start of this phase. the phase for a progress review and a second at the 3 progress reviews will be hosted with the client.A end of the phase to present the final deliverables and final QA/QC review will be performed on the final review the cost estimate.Adjustments to the design documents and a final cost estimate will be prepared to in order to conform to the budget,if necessary,will be confirm compliance with the budget goals.At the end identified and incorporated in the next phase. of this phase,the documents set will be issued to the City for plan check review. Design Development—8 Weeks Plan Check Review— 10 Weeks ` At the completion of the plan check review process all 1 Based on the approved direction from the prior phase, comments will be incorporated into the final drawing the team will further develop the basic design that set and issued to the City for bidding and,after was established during 5D,incorporating any changes selection of a contractor,construction. necessary for conformance to budget and to prepare for the production of the construction documents. Bidding Phase — 6 Weeks In the DD phase,the color and material pallets will Based on the conformed set that incorporates all the be developed,the interior elevations will be created plan check comments, the design team will assist the and all design features will be identified.Areas that City in the contractor selection process by answering need detailing will be identified and the first pass at bidder's questions and providing clarifying information. architectural detailing will be completed. An update to the cost estimate will be prepared at the end of this Construction — 12 Months 1 phase. During the construction phase,the design team will provide answers to requests for information(RFIs), 1 A follow-up meeting will be held with the City's review submittals,attend construction meetings and Building, Planning,and Fire Departments to confirm provide bulletins and clarifications as needed. 1 the assumptions that have been made and to determine if the project is in general complacent with E.3 PROJECT MANAGEMENT 1 codes and local regulations. Our team would manage this project by creating a clear and transparent team structure supported by 1 A second QA/QC review will be provided with special a well define program that communicate the goals, attend paid to the coordination between disciplines. schedule and budget of the project.The Gensler team 1 The specification set will be updated as more specific has managed many consultant teams for projects with Information is known about the assemblies and similar complexities and costs. i products to be used In the design. In addition to establishing a clear structure and goals, Any required design review meetings with the City will the leadership would provide l be held during this phase. • Weekly monitoring of progress towards project deliverables It is anticipated that the consultant team will meet • Reporting to the client team on a weekly basis every other week for coordination,and there will be either in person or with a Go-To-Meeting I three meetings with the client.Two earlier in the phase • The establishment of an issues tracking list with as progress reviews and a third at the end of the phase assignments and deadlines for resolving the issues. i Gensler Palm Springs International Airport 4; • Uploading of the Revit model every other week • Timely procurement of the bag carousel and for review and inclusion by the client team and associated BHS conveyor elements. . consultant team. • Lighting and carpet procurement. • Sharing of team documents through newforma. • Time of day and time of year considerations for • Reliance on the PM, PA, and Sr.designer to provide construction.The exiting facility will remain updates and proactively resolve project issues, operational during construction, but timing the • Cost Estimate review sessions at the end of each phasing of construction so that it occurs primarily phase. in summer and early fall will limit disruption to • Meetings with the Building Department starting in passengers. . the SD phase and continuing through plan check approval. E.5 REFERENCES OF A RECENTLY COMPLETED . • Development of the Client's project review team to PROJECT OF SIMILAR NATURE ensure that the right people are looking at the Palomar Airport Renovation . documents and providing constructive feedback. For the selected project,Gensler was a sub-consultant to Waddell Engineering. . E.4CRITICAL PATH ITEMS The primary contact is: Robert Wadell, P.E.,MSCE, On the design side, the primary critical path items are: F.ASCE, (650) 348-5010 and • Obtaining record set drawings of the existing Peter Drinkwater, Director of County Airport, faciality.The team will need this information at (619) 956.4800 +♦ the very start of the work so they can accurately build the Revit model of the project and distribute E.6 BUDGETING AND COST ESTIMATING FOR backgrounds to the team. REFERENCED PROJECT • If it is found necessary to add additional columns For the McClellan Palomar Airport project,the client to support a roof structure for the bag induction was able to bring-on-board a Construction Manager . system, the structural engineer will require updated during the design phases to provide feed-back on geotechnical information in order to design the constructability and costs.This resource gave the • appropriate footings. design team the opportunity to test design solutions • Approval and agreement by the Stakeholder team on with immediate feed-back on cost allowing larger the planning assumptions that determine the size project cost decisions to be considered in order to and capacity of the BHS system. It is also required accommodate the design direction or element.This that this team be ready to review and approved the project also benefited from a team that was in close design concepts during the design process to keep collaboration and shared the vision for the airport, the team moving. streamlining decisions about cost since everyone knew • Agreement on operational changes that may be the higher goals and worked to balance the overall necessitated by the new design. project costs.This collaboration resulted in a final . • Plan check review times by the City. project that had a net change order tally of$51.00. On the construction side, the primary critical path . items are: f � • mw.r Al McClellan-Palmer Airport J�rr ?ALAI 2 f STATEMENTS OF QUALIFICATIONS (SOQ 0647) FOR ON-CALL AVIATION CONSULTING SERVICES ADDENDUM NO. 1 This Addendum Is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP ` DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. ' The City has received the following questions and Is hereby providing answers thereto: 0.1 1 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 t 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 wlil be accepted. Is the intent of the City to only receive submittals from firms that have all of the disciplines within one submittal, In other words a team arrangement, or have firms that specialize in any given category to only submit on that specfic or those specific category(les). 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 flans may sub-contract for a discipline that they may not have "In-house", but that will be I 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 I that they will perform. Firms should not submit for only a specific discipline or I category. Such submittals will not be considered or evaluated. I Gensler Palm Spi ngs International Airport 4 t BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA f f• Craig L. Gladders, C.P.M. E Procurement & Contracting Manager DATE: May 11, 2017 f ADDENDUM ACKNOWLEDGMENT: f Proposer Firm Name: Gensler f Authorized Signature: Date: 05/23/2027 f F Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the f Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum f may result In your submittal being deemed non-responsive. f f f f E E f t f f f 4 f f C Gensler SOQ 06 17.0n call Aviation Consulting Services t . OF ?ALAI .e Y,\.r C-1i Q�N`p . STATEMENTS OF QUALIFICATIONS (SOO 06-17) 1 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: Q.1 Our firm is interested in inquiring if signage and wayfinding will be it's own SOO or RFP in the future or!f we should submit to the current SOO as part of a larger team? A.1 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 SOO. 0.2 M11 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 clarify that it is 25 pages total — single-sided. Or we can double- side, but that would bring 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, I see it says total of 25 pages. It was the may be double-side that confused me at first. Just wanted to 6 make sure, that is a big difference! I A.3 The City did no state "25 pagm total—&male sided"in the SOO as implied in the question submitted above. As stated in tine SOO: "The submittals must be in an 8 % X 11 format (no other size paper allowed), minimum 10pt font she, i minimum '/."margins, and may be no more than a LeW of twenty five(25) SHEETS OF PAPElt which may be—do including cover letters, table of contents, Gensler , Palm Springs Internalional Aupoll G i organization charts, staff resumes, appendices, and any exceptions to the language In the sample agreement, or to the Insurance requirements." 11 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 Q to include a new rental car 164 new addition building for ! rental car counters, moving of rental car counters AND expansion of baggage dalm 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? ! AA 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 f f The deadline for all questions has now passed. f BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA f Craig L. Gladders, C.P.M. f Procurement& Contracting Manager DATE: May 16, 2017 ADDENDUM ACKNOWLEDGMEN f Proposer Firm Name: Gensler Q Authorized Signature: Date: 05/23/2017 Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the t Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum f may result in your submittal being deemed non-responsive. f E 1 f t R Gensler I SOQ 06 17,On call Aviation Consulting Services EXHIBIT "C" SCOPE OF SERVICES General Scope of Services for"On-Call' Services—Consultant shall provide as-needed On- Call Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Phase Management Services, and other Aviation Consulting Services for various Airport Projects as assigned. The scope below represents services that are anticipated to be necessary over the term. Each scope item is related in whole or partially to the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, and Project and Construction Management. All of the other more basic services like survey, testing, sampling, permitting and other ancillary project related tasks are considered inherent in any of the core disciplines. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. 1. Assist Airport staff and representatives in establishing project priorities, goals, objectives, means, and parameters for the required services with Planning, Environmental, Architectural Design, Engineering, Project and Construction Management. 2. Prepare all detailed plans, reports, analyses and schedules for meeting project planning requirements, including Airport Layout Plan conformance, Cost Benefit Analysis, SMS, FAA Risk Assessment, and environmental analysis and approvals. 3. Prepare schematic plans, then final plans and specifications in such form as to comply with the latest applicable laws, building codes, ordinances, and FAA Advisory Circulars, as amended and other applicable CALTRANS and/or FAA rules, regulations, and guidance. 4. Ensure that all applicable sustainability goals and local architectural requirements and processes are addressed with each project. 5. Prepare design documents, construction documents, and other required drawings, bid documents, as well as technical specifications describing the size, character, and quality of the entire project. Revise documents as needed to the satisfaction of the Airport or the FAA. 6. Prepare and submit itemized project cost estimates at the planning, design and construction phases. 7. Prepare addenda, interpret the construction documents, and prepare clarification documents. 8. Attend planning, preconstruction, pre-bid, and construction meetings as scheduled, and prepare and distribute meeting summaries. 9. Provide resident engineering management services to assure that the progress of the work, the caliber, scope, detail of construction, quantity and quality of materials and equipment, and the standard of workmanship conform to the intent of the architect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10. Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples, etc. and make recommendations to the Airport. 11. Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18. Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. EXHIBIT"D" 922. REQUIRED FEDERAL PROVISIONS, as amended by the FAA from time to time: a. In addition to the general requirements above, Federal laws and regulations prescribe that certain provisions be included in federally funded contracts, as specified below. For purposes of this paragraph, the term, "contract," includes subcontracts. For specific wording of contract clauses and solicitation provisions, please see the FAA Airports website at http://www.faa.gov/arp/financial/procurement/. (1) Civil Rights — Title VI. Appropriate clauses from the Standard DOT Title VI Assurances must be included in all contracts. The clauses can be found in Appendix 2 in Advisory Circular 150/5100-15, Civil rights Requirements in the Airport Improvement Program. (2) Disadvantaged Business Enterprises. Appropriate clauses from Title 49 CFR, Part 26 must be included in all contracts. (3) State Energy Conservation Plans. The contracts shall recognize mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). Sponsors should be advised to include their State's plans in contracts issued as a result of AIP grants. (4) Record Availability. Contracts must include a provision to the effect that the sponsor, FAA, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Sponsors shall require contractors to maintain all required records for three years after the sponsor makes the final payment and all other pending matters are closed. (5) Remedies. Contracts must allow for administrative, contractual, and legal remedies to instances in which contractors violate or breach contract terms and providing such appropriate sanctions and penalties. (6) Foreign Trade Restriction. All solicitations, contracts, and subcontracts resulting from projects funded under the AIP must contain the foreign trade restriction required by Title 49 CFR, Part 30, Denial of Public Works Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors. See the Standard Solicitation and Contract Language provided on the FAA Airports website b. All Contracts over$10,000. These contracts must contain provisions or conditions for termination for cause or convenience by the sponsor including the procedure and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated because of circumstances beyond the control of the contractor. C. All Contracts over $25,000. All solicitations, contracts, and subcontracts that exceed $25,000, shall contain the required provision from Title 49 CFR, Part 29, Government Department and Suspension (Non-contract procurement). Further, this provision will be inserted in all solicitation and contracts when the solicitation or contract is for auditing services regardless of amount. See the Standard Solicitation and Contract Language provided on the FAA Airports website. d. All Contracts over $100,000. Contracts in amounts in excess of $100,000 shall contain a provision which requires compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 7602, et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, Environmental Protection Agency regulations (40 CFR, Part 15), and Title 49 CFR, Part 20. Professional Services (A/E) Contracts Provisions for all A/E Contracts * Civil Rights Act of 1964, Title VI (MS Word, 27 KB) — Contractor Contractual Requirements — 49 CFR, Part 21 * Airport and Airway Improvement Act of 1982, Section 520 (MS Word, 22 KB) —Title 49 U.S.C. 47123 * Disadvantaged Business Enterprise (MS Word, 21 KB) — 49 CFR, Part 26 * Lobbying and Influencing Federal Employees (MS Word, 19 KB) —49 CFR, Part 20 * Access to Records and Reports (MS Word, 20 KB) — 49 CFR Part, 18.36 *Breach of Contract Terms (MS Word, 21 KB) —49 CFR Part, 18.36 * Rights to Inventions (MS Word, 19 KB) — 49 CFR Part, 18.36 *Trade Restriction Clause (MS Word, 25 KB) — 49 CFR Part, 30 Additional Provisions for A/E Contracts Exceeding $10,000 * Termination of Contract (MS Word, 22 KB) — 49 CFR Part, 18.36 Additional Provisions for A/E Contracts Exceeding $25,000 * Certification Regarding Department, Suspension, Ineligibility and Voluntary Exclusion (MS Word, 20 KB) —49 CFR, Part 29 EXHIBIT "E" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE. Gensler SOO No.05-17 Palm Springs International Airport 'f� � On-Call Aviation Consulting Services Rate sheet through December 31,2023 3/1l2018 Gensler-Architecture Jcb h Range Average 'Average Raw Rate FAR Rate Principal in Charge $ 77.00,$ , 9&00 $ 87.50 2.20 0.15, $ 322,00 Project Manager $ 58.00 $ 73.00 $ 65.50 2.20 0.15 $ 241.04 Sr.Project Architect $ 59.00 S 75.00 S 67.00 2.20 0.16 S 246.56 Project Architect $ 49.00 $ S&00 $ 56.00 2.20 0.15 S 206.D8 Job Captain $ 43.00 $ 54.00 $ 48.50 2.20 0.15 S 178.48 Design Director $ 68.D0 $ 87.D0 $ 77.50 220 0.15 $ 285.20 Sr.Designer S 48.00 $ 61.00 S 54.50 220 0.15 $ 200.56 Aviation Planner $ 44.00 $ 56.00 $ 50.00 2.20 0.15 $ 184.00 Designer $ 39.00 $ 49.00 S 44.00 2.20 0.15 $ 161.92 Jr.Designer $ 28.00 $ 35.00 $ 31.50 2.20 US $ 115.92 Sr.Interior Designer $ 63.00 $ 80.00 S 71.50 2.20 0.15 S 263.12 Interior Designer $ 40.00 S 51.00 $ 45.50 2.20 0.15 S 167.44 Jr.Interior Designer $ 25.00 $ 32.00 $ 28.50 2.20 0.15 $ 104.88 Sr.Gaphic Designer $ 66.00 $ 84.00 $ 75.00 2.20 0.15 $ 27B.00 Graphic Designer S 47.00 $ 59.00 $ 53.00 220 0.15 It 195.04 Jr.Graphic Designer $ 26.00 $ 33.00 $ 29.50 220 0.15 S 108.56 Pmject Coordinator $ 21.00 S 27.00 $ 24.00 220 0.15 $ 88.32 CA Coordinator $ 26.00 $ 33.00 S 29.50 2.20 0.15 $ 108.56 BIM Manager $ 30.00 $ 3920 $ 34.50 2.20 3.15 S 12696 Jct,Clansirications Raw Rate Range Average FAR Rate C&S-Civil Engineering and Construction Management C&S Principal In Charge $ 7 High Raw Rare - Billing Rate 1.00,S 85.00 $ 78,00 1.64 0.22 $ 251.22 C&S Construction Supervisor $ 61.00 S 70.00 S 65.50 1.64 022 $ 210.96 C&S Construction Manager $ 52.00 $ 60.00 $ 56.00 1.64 022 $ 180.36 US Resident Engineer S 49.00 $ 55.00 3 52.D0 1.64 0.22 3 167.48 C&S Chief Observer $ 36.00 $ 45.00 $ 40.50 1.64 0.22 S 130.44 C&S Senior Observer $ 30.00 $ 35.00 $ 32.50 1.64 0.22 $ 104.68 C&S Observer S 25.00 $ 29.00 $ 27.00 1.64 0.22 $ 86.96 Admin Assistant $ 19.00 $ 24.00 $ 21.50 1.64 0.22 S 69.25 US Civil Project Manager S 52.00 $ 60.00 $ 56.00 1.64 0.22 $ 180.36 C&S Civil Project Engineer $ 46.00 $ 51.00 $ 48.50 1.64 0.22 $ 156.21 C&S CNII Staff Engineer $ 36.00 S 45.00 S 40.50 1.64 0.22 S 130.44 C&S Civil Senior Designer $ 30.00 $ 35.00 $ 32.50 1.64 0.22 S 104.68 C&S Civil Designer $ 28.00 S 32.00 $ 30.D0 1.64 0.22 $ 96.62 Job Classifications Raw Rate Range Average FAR Rate ESA-Environmental Analysis SeNices Project Technician) $ 21.46,$ 25.49 $ 23.48 20573 0.12 $Billing High Ras Rate - 80.39 Project Technician II $ 31.70 $ 37.65 S 34.68 2.0573 0.12 .$ 118.73 Project Technician III $ 41.80 $ 49.64 $ 45.72 2.0573 0.12 $ 156.56 Associate I $ 24.42 $ 29.00 $ 26.71 2.0573 0.12 $ 91.46 Associate II $ 29.82 $ 35.42 $ 32.62 2.0573 0.12 It 111.69 Associate III $ 34.19 $ 40.60 $ 37.40 2,0573 0.12 $ 128.05 Senior Associate l $ 34.33 S 40.77 $ 37.55 2.0573 0.12 S 12857 Senior Associate II $ 38.94 S 46.13 $ 42.49 2.0573 0.12 $ 145.48 Senior Associate 111 $ 45.08 $ 53.54 $ 49.31 2.0573 0.12 $ 168.84 Managing Associate l $ 42.59 $ 50.59 $ 46.59 2.0573 0.12 $ 159M Managing Associate ll $ 48.73 $ 57.88 $ 53.31 2.0573 0.12 $ 182.63 Managing Associate 111 $ 58.30 $ 69.24 $ 63.77 2.0673 0.12 $ 218.37 Director $ 52.75 $ 62.64 $ 67.69 2.0573 0.12 $ 197.56 Director It $ 62.82 S 74.61 $ 68.71 2.0573 0.12 $ 235.28 Director III $ 73.90 $ 87.77 $ 80.83 2.0573 0.12 $ 276.78 Senior Director 1 $ 68.17 $ 80.97 $ 74.57 2.0573 0.12 S 255.33 Senior Director II $ 83.93 $ 99.68 $ 91.81 2.0573 0,12 f 314,36 Senior Director III $ 101,28 $ 120.29 $ 110.79 2D573 0.12 $ 37936 PBS Engineering-Mechanical,Electrical,Plumbing,FLS Joh Dassifications Raw Rate Range Average Average Low to High Rare Rate FAR Rate fit Billing Rate Principal Engineer $ 650D $ 72.00 $ 6850 1.41 0.10• $ 181.59 Project Manager $ 50.00 $ 60.00 $ 55.00 1.41 0.10 $ 145.81 Sr.Engineer It 45.00 S 52.00 $ 48.50 1A1 0.10 S 128.57 Engineer $ 40.00 $ 57.00 $ 48.50 1A1 0.10 $ 128.57 Senior Designer $ 35.00 $ 42.00 $ 38.50 lA1 0.10 $ 102.06 Designer $ 30.00 $ 37.D0 $ 33.50 1.41 0.10 $ 88.81 CADD Operator $ 25.00 S 32.00 S 28.50 1.41 0.10 $ 75M Job Classifications Raw Rate Range Average FAR Rate Average Low Principal Walter P.Moore-Structural Engineering High Raw Rate Billing Rate S 76.45 $ 8944 5 82.94 1.70 0.15 , $ 257.54 Senior PM $ 57.52 S 67.29 $ 62.40 1J0 0.15 $ 193.77 Design Manager $ 76.17 $ 89.11 $ 82.64 1.70 0.15 $ 256.59 PM $ 55.35 $ 64.75 $ 60.05 1.70 0.16 S 186.44 Senior Erg S 43.87 $ 51.32 $ 47.80 1.70 0.15 S 147.79 Engineer $ 38.73 $ 45.31 S 42.02 1.70 0.15 $ 130.47 Graduate Eng $ 34.93 S 40.87 $ 37.90 1.70 0.15 $ 117.68 Senior Tech Designer $ 61.98 $ 72.51 $ 67.25 1.70 0.15 $ 208.81 Technical Designer $ 43.43 $ 50.81 $ 47.12 1.70 0.15 $ 146.30 Connico IncorporatedCost Estimating Jab Classifications Raw Rate Range Average Average High Raw Rate PAR Rate fit Billing Rate Principal $ 103.94•$ 123A5 $ 113.70 1.53 0.15, S 330.82 Senior Associate $ 73.08 $ 97.63 $ 86.36 1.53 0.15 $ 248.36 Estimating Manager $ 69.33 S 82.34 $ 75.84 1.53 0.15 $ 220.66 Senior Coal Estimator $ 54.69 S 70.80 S 62.75 1.53 0.15 $ 182.57 Senior Project Manager $ 43.27 $ 51.39 $ 47.33 1.63 0.15 $ 137.72 Project Manager $ 41.20 $ 48.93 $ 45.07 1.53 0.15 $ 131.13 Cost Estimator $ 36.06 S 42.83 $ 39.45 1.53 0.15 $ 114.77 Tech Support $ 28.85 $ 35.29 $ 32.07 1.53 0.15 $ 93.32 Admin Support $ 3202. $ 38.03 $ 3503 1.53 0.15 S 101.91 BNP Associates Inc,-Baggage Handling Systems Design Job Classificatpons Raw Rate Range Average Average h Raw Rate FAR Rate Frec/Profil Billing Rate Principal $ 96.20,S ,117,00 $ lC6.60 1.68 0,10 $ 314,25 Project Director $ 77.99 $ a0.34 $ 79.17 1.68 0.10 $ 233,39 Sr.Project Manager S 53.56 $ 71.76 $ 62.66 1.58 0.10 $ 184.72 Simulation Project Manager S 49.66 S 53.56 $ 51.61 1.68 0.10 S 152.15 Project Manager $ 43.68 $ 61.36 $ 52.52 1.68 0.10 $ 154.83 Sr.Designer S 48.10 S 53.56 $ 50.83 1.68 0.10 $ 149.85 Project Engineer $ 27.56 $ 42.90 $ 35.23 1.68 0.10 S 103.86 Designer $ 28.60 $ 35.62 $ 32.11 1.68 0.10 $ 94.66 Draftsperson S 26.26 $ 30.42 $ 28.34 1.68 0.10 $ 83.55 Administrative S 20,00 $ 20.00 $ 2000, 168 0.10 $ 58.96 Job Classifications Raw Rate Range Average Average Low to High Raw Rate FAR Rate ft Billing Rate Technical Specialist l $ 30.00 $ 40.00 $ 35.00 1.11 D7 0.08• S 79.78 Technical Specialist II $ 40.00 $ 60.00 $ 5000 1.1107 0.08 $ 113.98 Technical Specialist It $ 60.00 $ 6000 $ 70.00 1.1107 0.08 $ 159.57 Subject Matter Expert $ 70.00 $ 100.00 S 95.00 1.1107 0.08 $ 193.76 GIS Database Architect $ 50.00 $ 75.00 $ 62.50 1.1107 0.08 S 142.47 Poject Manager $ 60.00 S 75.00 $ 67.50 1.1107 0.08 S 163.87 Project Manager II $ 75.00 $ 90.00 3 $2.50 1.1107 0118 $ 188.06 Project Manager III $ 90.00 $ 110.00 $ 100.00 1.1107• 0.08 $ 227.96 Feld Engineer $ 35.00 $ 50.00 $ 42.50 1.1107 0.08 $ 96.88 Feld Engineer II $ 50.00 $ 70.00 $ 60.00 1.1107 0.08 $ 136.77 Feld Engineer,Sr. $ 70.00 $ 85.00 $ 77.50 1.1107 0.08 $ 176.67 Administrative Assistant 1 $ 30.00 $ 40.00 $ 35.00 1.1107 0.08 $ 79.78 Administrative Assistant II $ 45.00 $ 60.00 $ 52.50 1.1107 0.08 $ 119.68 Administrative Assistant,Sr. S 55.00 $ 75.00 $ 65.00 1.1107 0.08 $ 148.17 LEED Administrator 1 $ 40.00 $ 50.00 $ 45.00 1.1107 0.09 $ 102.58 LEED Administrator It $ 50.00 $ 61 $ 57.50 1.1107 0.08 $ 131.07 LEED Administrator,Sr. $ 65.00 $ 75.00 $ 70.00 1.1107 0.08 3 169.57 Mid-Level Environmental Scientist S 45.00 $ 61 $ 55.00 1.1107 0.08 3 125.38 Senior Environmental Scientist S 65.00 $ 85.00 $ 75,00 1.1107 0.08 $ 170.97 Speciality Services S 60,00 $ 100,00 $ 30.00 1.1107 0.08 $ 182.36 Job Gessificatmins Raw Rate Range Average FAR Rate Fee/Profit A,..ge Law to High Raw Rate - Billing Rate Officer $ 105.63 $ 156.59 $ 131,11 1.92 0.10 S 421.27 Direcmr/Associate Director $ 70.59 $ 100.32 S 85.46 1.92 D.10 $ 274.58 Managing Consultant Managers $ 48.30 $ 70.59 $ 59.45 1.92 0.10 $ 191.00 Senior ConsultanUTech Specialist II $ 35.03 $ 48.30 S 41.67 1.92 0.10 $ 133.87 Consultant/Tech Specialist 1 $ 23.35 $ 35.03 $ 29A9 1.92 0.10 $ 93.79 Technical Specialist $ 16.45 $ 23.35 $ 19.90 1.92 0.10 S 63.94 Administrative Support S 16.45 1 23.36 $ 19.90 1.92 010 $ 63.94 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. acoiza® CERTIFICATE OF LIABILITY INSURANCE DATE,MM DD YYYY' 3/1/2019 10/17/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or he endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER Lockton Companies CONTACT 444 W.47th Street,Suite 900 PHONEtAJ FA% Kansas City MO 64112-I906 E MNILo Ext: AIC No (816)960-9000 ADDRESS: _ INSURE 3 AFFORDING COVERAGE NAIC• INSURER A:Zurich American Insurance Company 16535 INSURED GENSLER INSURERS:Travelers Property Casualty Co of America 25674 1410864 500 SOUTH FIGUEROA STREET INSURER C:Lloyds of London LOS ANGELES CA 90071 INSURER D: LOS ANGELES INSURER E: INSURER F: COVERAGES GENSCOI CERTIFICATE NUMBER: 15678445 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADM SUBR TYPE OF INSURANCE POLICY NUMBER MOl1CYEFF M0 DY E XP LTR nYY LIMITS A TCWMERCIALGENERALLUMMILITY Y N GL00081063 3/1/2018 3/1/2019 EACH OCCURRENCE E 1000000 CLAIMS-MADE OCCUR DAMAGE TV RENTED PREMISES Ea oca.. S 1,000,000 MED EXP(Any one peradn) S 10,000 PERSONAL a ADV I NIURY $ 1000000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2000000 POLICY[R]PE° F LOC PRODUCTS-COMPIOPAGO S 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY y N 13AP3707221 3/t/2018 3/12019 Ea aWdentNED SINGLE LI I $ 1000000 X ANY AUTO BODILY INJURY(PW pe ) S )CC3C� a{7{ X �UTJED OS OLY AUTOS SCH'oBODILY INJURY(Peracddent) S xxxxxXX X HIRED AUTOS ONLY X AUTOS ONNON_oWNED Pwamd DAMAGE E )Exxxxxx EXXXXXXX B UMBRELLA DAB X OCCUR N N ZUP51M96337 3/1/2018 3/1/2019 EACH OCCURRENCE E 1000000 X EXCESS me CLAIMS-MADE AGGREGATE $ 1000 000 CEO RETENTIONS I ER E }IX A WORKER Y S COMPENSATION X STATUTE AND EMPLOYERS'LIABILITY YIN W00081062 3/12018 3/12019 ANY PROPRIETOWPARTNEWEXECUTIVE NIA E.L.EACH ACCIDENT S 1000000 OFFICERNEMBER EXCLUDED? ENJ (Mandatory In NH) v E.L.DISEASE-EA EMPLOYEE $ 1000000 It es.dea M under DESCRIPTION OF OPERATIONS Wm E.L.DISEASE-POLICY LIMIT E 1 OOO OOO C PROFESSIONAL N N LDUSA1800176 4/12018 3112019 S 1,000,000 PER CLAINV 00Q000 LIABILITY / AGGREGATE DESCRIPTON OF OPERAnONS I LOCAMONS I VEHICLES (ACORD I01,AddMa ..[Remark.Schedule,.,W.U.ched X more.pac.I.mq.lmd) RE:GENSLER PROJECT NO:CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT FOR ON-CALL AVIATION CONSULTBJG SERVICES.CITY OF PALM SPRINGS,ITS OFFICIALS,EMPLOYEES AND AGENTS ARE AUppD, AL IN SAS RESPECTS�g LI�$J{,Ljy�ND AIITn 1 rpm AND THESE COVERAGES ARE PRIMARY AND NOIfCON RIB �QUIRED BY WRI'1'I'L`Fl� CONTRACT.WAIVER OP SUBRO APPLIES TO WORKERS CO PENS'ATRIA/F,MFI OP�IAS WHERE ALLOWED BY STATE LAW AND AS REQUIRED Y WRI �. CERTIFICATE HOLDER CANCELLATION See Attachments 15678445 CITY OF PALM SPRINGS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE A.1-1.N:CITY MANAGER 'THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3200 E.TAHQUITZ CANYON WAY f{� � ACCORDANCE WITH THE POLICY PROVISIONS. PALM SPRINGS CA 92262 I •I I Nd jl Or, THORIZED REPRESENTA V ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code:D507046 Certificate ID: 15678445 POLICY NUMBER: GL00081063 COMMERCIAL GENERAL LIABILITY NAMED INSURED: SEE ATTACHED CERTIFICATE CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WHOM YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED UNDER THIS POLICY UNDER A WRITTEN CONTRACT OR WRITTEN AGREEMENT. Location(s) Of Covered Operations ANY LOCATION OR PROJECT (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in performance of your ongoing operations for the additional insured(s)at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage'occurring after: Attachment Code: D507046 Certificate ID: 15678445 1. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 0413 Attachment Code: D507067 Certificate ID: 15678445 POLICY NUMBER:GL00081063 COMMERCIAL GENERAL LIABILITY NAMED INSURED: SEE ATTACHED CERTIFICATE CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WHOM YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED UNDER THIS POLICY UNDER A WRITTEN CONTRACT OR WRITTEN AGREEMENT. Location And Description of Completed Operations: ANY LOCATION OR PROJECT (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Section II-Who Is An Insured is amended to include as an additional insured the person(s)or organization(s) shown in the Schedule, but only with respect to liability for"bodily injury"or"property damage"caused, in whole or in part, by"your work"at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the"products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law, and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to Section III-Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 Attachment Code: D507065 Certificate ID: 15678445 POLICY NO: GL00081063 NAMED INSURED: SEE ATTACHED CERTIFICATE Other Insurance Amendment --- Primary And Non- Contributory THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1.The following paragraph is added to the Other Insurance Condition of Section IV----Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance, and b.You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2.The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV- Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04113) Page 1 of 1 Attachment Code:D507034 Certificate ID: 15678445 POLICY NUMBER: BAP3707221 COMMERCIAL AUTO NAMED INSURED: SEE ATTACHED CERTIFICATE CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective Date: 3/112018 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS, IN A CONTRACT,AGREEMENT OR PERMIT, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II -Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I -Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc.,2011 Page 1 of 1 Attachment Cade: D507035 Certificate ID: 15678445 Policy Number: BAP3707221 NAMED INSURED: SEE ATTACHED CERTIFICATE Auto Primary and Non-contributory Clause The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident', will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. Attachment Code: D461365 Certificate ID: 15678445 POLICY NUMBER: WC0081062 NAMED INSURED: SEE ATTACHED CERTIFICATE WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below: (the following'attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.' This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU. WC 00 03 13 VJC 124(4-84) Page i of 1 Attachment Code:D540928 Certificate ID: 15678445 POLICY NUMBER: ZUP51M96337 NAMED INSURED: SEE ATTACHED CERTIFICATE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONMONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following:ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 NONRENEWAL: Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY;AND PROVISIONS: torily permitted reason, and a number of days is A. If we cancel this policy for any statutorily permitted shown for nonrenewal in the schedule above, we reason other than nonpayment of premium, and a will mail notice of the nonrenewal to the person or number of days is shown for cancellation in the organization shown in the schedule above. We will schedule above, we will mail notice of cancel- mail such notice to the address shown in the lation to the person or organization shown in the schedule above at least the number of days shown schedule above. We will mail such notice to the for nonrenewal in the schedule above before the address shown in the schedule above at least the expiration date. number of days shown for cancellation in the schedule above before the effective date of can- cellation. IL T4 00 12 09 ©2009 The Travelers Indemnity Company Page 1 of 1 B. If we decide to not renew this policy for any statu- Miscellaneous Attachment:M503076 Certificate 1D: 15678445 POLICY NUMBER: LDUSA1800176 NAMED INSURED: SEE ATTACHED CERTIFICATE Addendum No. 41 LIMITED AUTHORITY TO ISSUE CERTIFICATES OF INSURANCE ENDORSEMENT In consideration of the premium charged, it is hereby understood and agreed as follows: (1) Underwriters authorize Lockton Companies LLC the ("Certificate Issuer") to issue Certificates of Insurance at the request or direction of the INSURED. It is expressly understood and agreed that subject to Paragraph (2) below, any Certificate of Insurance so issued shall not confer any rights upon the Certificate holder, create any obligation on the part of the Underwriters, or purport to, or be construed to, alter, extend, modify, amend, or otherwise change the terms or conditions of this Policy in any manner whatsoever. In the case of any conflict between the description of the terms and conditions of this Policy as set forth herein on the other, the terms and conditions of this Policy as set forth herein shall control- (2) Notwithstanding Paragraph (1) above, such Certificate of Insurance as are authorized under this endorsement may provide that in the event of the Underwriters cancel or non-renew this Policy. Underwriters shall mail written notice of such cancellation, or non-renewal, to such Certificate Holder within a specified period of time; provided however, that the Underwriters shall have not be required to provide such notice more than 90 days prior to the effective date of cancelation or non-renewal. The INSURED shall provide written notice to the underwriters of all Certificate Holders and the number of days' written notice of cancellation or non-renewal, if any, specified in each Certificate of Insurance (i) at inception of this Policy, (ii) 90 days prior to expiration of this policy, and (iii) within 10 days of receipt of written request from Underwriters. Underwriters' obligation to mail notice of cancellation or, non-renewal as provided in this paragraph shall apply solely to those Certificate holders with respect to whom the Insured has provided the foregoing written notice to the Underwriters. (3) It is further understood and agreed that Underwriters' authorization of the Certificate Issuer under this endorsement is limited solely to the issuance of Certificates of Insurance and does not authorize, empower, or appoint the Certificate Issuer to act as an agent for the Underwriters or bind the Underwriters for any other purpose. The Certificate Issuer shall be solely responsible for any errors or omissions in connection with the issuance of any Certificate of Insurance pursuant to this endorsement. (4) As used in this endorsement Certificate of Insurance means a document issued for informational purposes only as evidence of the existence and terms of this Policy in order to satisfy a contractual obligation of the INSURED. All other terms, clauses and conditions remain unchanged. Attachment Code:D556337 Certificate ID: 15678445 Notification to Others of Cancellation Polity No, I Eff Date of Pol. Exp.Date of Pol. Eff Date of End. Producer Add9 Pre.. Return Pre-. BAP3707221 3/1/2018 3/1l2019 37385000 $ INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: CITY OF PALM SPRINGS 30 TTN: CITY MANAGER 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 U-CA-812-A CW(05/10) Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D556338 Certificate ID: 15678445 Notification to Others of Cancellation Policy No. Eff.Date of Pot Lxp.Date of Pol. Eff.Date of End. Producer No. AddT Prem Return Prem. GL00081063 3/1/2018 3/1/2019 1 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Number of Name and Address of Other Person(s)/Organization(s): Days Notice: CITY OF PALM SPRINGS 30 ATTN: CITY MANAGER 3200 E . TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 All other terms and conditions of this policy remain unchanged. U-GL-1446-A CW(05/10) Page 1 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Attachment Code: D556341 Certificate ID: 15678445 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 33 NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. All other terms and conditions of this policy remain unchanged. SCHEDULE Name and Address of Other Person(s)/Organization(s): Number of Days Notice: CITY OF PALM SPRINGS 30 TTN: CITY MANAGER 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 WC 99 06 33 A,-I�'!1 ACORi CERTIFICATE OF LIABILITY INSURANCE 3/1/2025 DATE (MWDDIYYYY) F2/28/2024 THIS CE TIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 kcasu@lockton.com NAME: C PHONE FAX C.E A/C No): E-MAIL ADDRESS: INSURER S AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED GENSLER 1063355 500 SOUTH FIGUEROA STREET INSURER B : Lloyds of London INSURER c : American Guarantee and Liab. Ins. Co. 26247 INSURER D : LOS ANGELES CA 90071 INSURER E : LOS ANGELES INSURER F : COVERAGES GENSC01 CERTIFICATE NUMBER: 17784126 REVISION NUMBER: XXyCXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I LTR TYPE OF INSURANCE ADDL SUBR NUMBER MMIDDY EFF POLICPOLICY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 7 OCCUR Y N GL00081063 3/1/2024 3/1/2025 EACH OCCURRENCE s 2000,000 PREMISES Ea occurrence $ 1.000.000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMPIOP AGG $ 4,000,000 POLICY 1X JECOT- 7 LOC F1 $ OTHER: C AUTOMOBILE LIABILITY Y N BAP3707221 3/1/2024 3/1/2025 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ YYYY_V�� X ANY AUTO BODILY INJURY (Per accident) $ �Y��x X OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE Per accident $xxxxx $ xxxXxxx UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ xxxxxXX PCXCESS AGGREGATE $ Y_� LIAR CLAIMS -MADE ED I I RETENTION $ $ xxxxx A WORKERS COMPENSATION Yf N AND EMPLOYERS' LIABILITY ANY PROPRIETOWPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) N / A Y WC0081062 3/1/2024 3/1/2025 X STATUTE ERH E.L. EACH ACCIDENT $ 1000 000 E.L. DISEASE - EA EMPLOYEE $ 1 000 000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below B PROFESSIONAL LIABILITY N N LDUSA2400176 4/1/2024 4/1/2025 $1,000,000 PER CLAIM/$2,000,000 AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: ON -CALL ARCHITECTURAL SERVICES AGREEMENT WITH CITY OF PALM SPRINGS. THE CITY OF PALM SPRINGS, ITS OFFICIALS, EMPLOYEES, AND AGENTS ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY AND NON-CONTRIBUTORY, IF REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND IF REQUIRED BY WRITTEN CONTRACT. RECEIVED GEK I II-IGA I t MULUtK IVI A K 11 a ! I 1 /4 L MN VLL .M I RJR occ tiva%uuicura City Hall 17784126 Reception Desk CITY OF PALM SPRINGS ATTN: VONDA TEED, ENGINEERING DMSION 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED n 19RR 015 ACORD CORPORATION. All riohts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code: D507046 Certificate ID: 17784126 Additional Insured — Automatic — Owners, Lessees Or Z U R I C H Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GL00081063 Effective Date: 3/1/2024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of: U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D507046 Certificate ID: 17784126 (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or' personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D507046 Certificate ID: 17784126 requires that you provide such coverage to such additional insured. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit' as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D507046 Certificate ID: 17784126 this endorsement, the following is added to Section III — Limits Of Insurance: Additional Insured — Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D507034 Certificate ID: 17784126 POLICY NUMBER: BAP3707221 COMMERCIAL AUTO NAMED INSURED: SEE ATTACHED CERTIFICATE CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective Date: 3/1/2024 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS, IN A CONTRACT, AGREEMENT OR PERMIT, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Attachment Code: D461365 Certificate ID: 17784126 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND / OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND / OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective WC0081062 Policy No. 3/1/2024 Endorsement No. Insured M. ARTHUR GENSLER JR. & ASSOCIATES, INC. Premium $ INCL . Insurance Company AMERICAN ZURICH INSURANCE COMPANY Countersigned By WC 00 03 13 (Ed. 4-84) ©1983 National council on Compensation Insurance.