Loading...
HomeMy WebLinkAbout5/2/2018 - STAFF REPORTS - 1C V > PALM Sa iy 4� v v f 1't` qe G#>O4#iE0 °q`,FOR`'�P City Council Staff Report Date: May 2, 2018 CONSENT CALENDAR Subject: APPROVAL OF PROFESSIONAL SERVICES AGREEMENTS FOR ON- CALL AVIATION CONSULTING SERVICES (ARCHITECTURAL, ENGINEERING, ENVIRONMENTAL, PLANNING, CONSTRUCTION MANAGEMENT, AND MISCELLANEOUS SERVICES) ASSOCIATED WITH THE PALM SPRINGS INTERNATIONAL AIRPORT CAPITAL IMPROVEMENT PROGRAM From: David H. Ready, City Manager Initiated By: Marcus L. Fuller, Assistant City Manager SUMMARY The City has completed a competitive qualifications based selection process pursuant to its Statement of Qualifications No. 06-17 ("SOQ 06-17") issued in July 2017 to retain multiple firms to provide "on-call' as needed professional services for the Palm Springs International Airport ("PSP") related to the variety of capital improvement projects to be undertaken over the next 5 years. This action will approve "on-call' professional services agreements with the three firms selected through the SOQ 06-17 process. RECOMMENDATION: 1. Approve Agreement No. with M. Arthur Gensler & Associates, Inc., a California corporation, for on-call professional aviation consulting services associated with the Palm Springs International Airport Capital Improvement Program, for a term of five years; and 2. Approve Agreement No. with RS&H California, Inc., a California corporation, for on-call professional aviation consulting services associated with the Palm Springs International Airport Capital Improvement Program, for a term of five years; and 3. Approve Agreement No. with WSP USA, Inc., a New York corporation, for on- call professional aviation consulting services associated with the Palm Springs International Airport Capital Improvement Program, for a term of five years; and 4. Authorize the City Manager to execute all documents. Ci'EM NO. �.�_ City Council Staff Report May 2, 2018-- Page 2 Approval of On-Call Aviation Agreements—SOQ 06-17 BUSINESS PRINCIPAL DISCLOSURE: According to a Statement of Information filed with the Secretary of State on April 18, 2017, M. Arthur Gensler & Associates, Inc., is a California corporation and its officers are: Andrew Cohen (CEO), Philippe Phan (Secretary), and Linda Harvard (CFO). The Directors listed are: Duncan Swinhoe, Joseph Brancato and Jordan Goldstein. Ownership of M. Arthur Gensler & Associates, Inc., includes 40.36% by the Gensler Employee Stock Ownership Plan (ESOP) with 100% ownership vested in the ESOP Trustee, serving as the legal shareholder. The remaining 59.64% financial interest is shared by the Principal shareholders. According to a Statement of Information filed with the Secretary of State on January 30, 2018, RS&H California, Inc., is a California corporation and its officers are: Joseph P. Jackson (CEO), John Hallisey (Secretary), and E. Holt Graves (CFO). The Directors listed are: Joseph P. Jackson and James W. Hullett, Jr. RS&H California, Inc., is an employee-owned corporation, and consists of approximately 250 shareholders who are either current of past employees of the company. According to a Statement of Information filed with the Secretary of State on October 5, 2017, WSP USA, Inc., is a New York corporation and its officers are: Gregory A. Kelly (CEO), Hillary F. Jassey (Secretary), and Stephanie C. Brickey (CFO). The Directors listed are: Joseph P. Jackson and James W. Hullett, Jr. WSP USA, Inc., is a wholly- owned subsidiary of WSP Global, Inc., an international consulting firm based in Canada with 36,000 employees operating in 500 offices in 40 countries. WSP Global is a publicly traded corporation with over 100 million shares with an estimated value of $6.7 billion. BACKGROUND: On October 21, 2015, the City Council held a public hearing and adopted Resolution No. 23908 approving the Master Plan Update for the Palm Springs International Airport (the "Master Plan"). The Master Plan identified a Recommended Alternative that included the following elements: Terminal Proposed Improvements • Expand terminal building 60 feet north (no change to south fagade that is designated as Class 1 historic site); • Reconfigure interior of ticketing wing and remodel Airline Ticket Office (ATO) space to allow for circulation area expansion; • Construct a supplemental 5,000 square feet building behind the terminal to accommodate displaced ATO functions; • Accommodate rental car counters and USO to allow for baggage claim device expansion 02 City Council Staff Report May 2, 2018 -- Page 3 Approval of On-Call Aviation Agreements—SOQ 06-17 Landside Proposed Improvements • Reconfigure existing Ready/Return car rental lot to accommodate a Quick Turn Around (QTA) facility and structured parking and ready/return; • Reconfigure and expand parking areas along Kirk Douglas Way; A copy of the October 21, 2015, staff report is included as Attachment 1. As noted in the October 21, 2015, staff report, it was estimated that the Terminal Proposed Improvements would cost $21-$22 Million, anticipated to be funded through FAA Airport Improvement Program (AIP) grant funds, and capital funds generated by Passenger Facility Charges (PFCs) authorized to be levied at the Palm Springs International Airport (PSP) by the Federal Aviation Administration (FAA). The Quick Turn Around (QTA) facility and structured parking for car rentals was estimated to cost $24-$25 Million, and would be funded through capital funds generated by Customer Facility Charges (CFCs) authorized to be levied at PSP by the FAA. Additionally, staff anticipates over the next 5 years the City will deliver an ambitious capital improvement program estimated at $89 million comprised of the projects listed on the following page. 03 City Council Staff Report May 2, 2018-- Page 4 Approval of On-Call Aviation Agreements-SOQ 06-17 Professional Services-Potential Projects 11.9-2017 YEAR 2018-2023 Est.Project #Item ACIP Budget 1. Pavement Condition Index Report creation,including field analysis and report of all airfield asphalt conditions. 2019 $ 70,000 2. Design for Airside pavement repairs and rehabilitation. NA 3. Design for Runway and Taxiway Safety Area maintenance and repair to meet FAA standards. Project 2020 $ 8,500,000 4. Design for Airfield,building,or landside electrical systems repair. NA 5. Design US Customs Facility,to accommodate the relocation of the existing facilities and comply with Customs requirements. included with#7 6. Construction Management for US Customs&USO Facility construction included with#7 7. Design for New Car rental facilities to accommodate a consolidate rental car ready/return including parking structure to enhance capacity. CFC* $ 30,000,000 8. Design for public vehicle parking lots and roadway repairs. NA 9. Design for Terminal baggage claim systems replacement and associated building modifications to add additional capacity. 2021 $ 4,500,000 10.Design for expanded the regional concourse holding gates and related gate equipment for four additional gates. 2022 $ 4,800,000 11.Construction Management for the terminal ticket-wing renovations,this project has been designed with construction planned in 2019. PFC**&AIP $ 33,000,000 12.Construction Management for the new rental car facility expansions,consolidated facilities&garage adjacent to the existing bag-claim area. included with#7 13.Program Management for the new rental car facility expansions,professional services during construction phase. Included with#7 14.Construction Management for the regional terminal gate expansion program included with#10 15.Construction Management of the terminal baggage handling systems replacement and facility modifications. included with#9 16.Program management for the various unforeseen construction projects. NA 17.Specification and bid.documents development for new Aircraft Rescue and Firefighting vehicles,using FAA standards. (2)Trucks 2019 $ 1,650,000 18.Update of the Airport's Airport Layout Plan and property Schedule A to meet FAA standards,the existing plan was last updated in 2010. included with#24 19.Design or Construction Management for miscellaneous unplanned airport building maintenance,rehabilitation,or remodeling projects. NA 20.Safety Management Systems program development and completion per project. NA 21.FAA AIP Grant Application support formulation assistance. NA 22.Independent Fee Estimation(IFE),according to FAA standards,and for any professional service including design,planning,C.M.,or P.M. $ 50,000 23.FAA Airport Capital Improvement Program development and preparation assistance. NA 24.Master Plan Update. 2023,"$, - 800,000: 25.Environmental studies for a Master Plan Update. included with#24 26.FAA Categorical Exclusion documentation preparation for projects. NA 27.FAA Cost/Benefit Analysis of projects. NA 28.Design and support services for TSA equipment additions or modifications as requirements and capacity enhancements become necessary. NA 29.Miscellaneous on-call design,construction management,and planning services for emergencies and unscheduled projects. NA 30.Design Airfield Security Fence,AIP Grant project. 2023 $ 1300,000 31.Passenger Boarding Bridge Specifications Estimated Bridge Replacement 2019 $ 4,500,000 32.Construction Management for airside pavement maintenance and rehabilitation projects NA 33.Construction Management for Terrrdnal Regional Gate Expansion project. 2022 included with#10 34.Construction Management for Airfield Security Fencing Includedwltte#30 35.Construction Management for public parking lot and roadway repairs on airport landside projects. NA TOTAL $ 89,170,000 FAA regulations requires that airports receiving FAA Airport Improvement Grant funding conduct an open public solicitation every five years for the purposes of selecting and hiring airport qualified architectural, engineering, construction management and planning services. The City's existing on-call aviation consulting services agreements are expiring, requiring the City to solicit proposals from firms to provide these services for the next 5 years. STAFF ANALYSIS: The City's Procurement and Contracting Division prepared and released SOQ 06-17 on July 5, 2017, to retain multiple firms to provide "on-call" as needed professional services to PSP related to the variety of capital improvement projects to be undertaken over the next 5 years, as listed on the prior page. A copy of SOQ 06-17 is included as Attachment 2. 04 City Council Staff Report May 2, 2018 -- Page 5 Approval of On-Call Aviation Agreements—SOQ 06-17 A non-mandatory on-site visit was held at PSP on July 19, 2017, with 8 attendees from various interested firms. On August 3, 2017, proposals from the following 6 firms were received: • AECOM • M. Arthur Gensler &Associates, Inc. • Mead & Hunt • RS&H California, Inc. • West Group • WSP USA, Inc. The City established an evaluation panel to review the submitted proposals, consisting of the following individuals: • Hunter Johnson, Airport Commissioner • Al Jones, Airport Commissioner • Marcus Fuller, Assistant City Manager • Tom Nolan, Executive Director—Airport • Mark Jucht, Airport Administration Manager The evaluation committee independently reviewed the proposals, and on September 13, 2017, the evaluation committee met to review their assessments and determine a short list of firms to invite for final interviews. At that time, the evaluation committee agreed to continue evaluations on the following 4 firms: • AECOM • M. Arthur Gensler & Associates, Inc. • RS&H California, Inc. • WSP USA, Inc. On January 24 and 29, 2018, formal interviews were conducted with the short list of firms. Following these interviews, the evaluation committee was unanimous in recommending that the City approve on-call agreements with the following 3 firms: • M. Arthur Gensler & Associates, Inc., a California corporation • RS&H California, Inc., a California corporation • WSP USA, Inc., a New York corporation A copy of each firm's proposal is included as Attachment 3. Staff recommends that the City Council approve Professional Services Agreements with each of these firms to provide the requested services for the City. The important points for City Council consideration related to these Agreements include: 05 City Council Staff Report May 2, 2018— Page 6 Approval of On-Call Aviation Agreements—SOQ 06-17 • Contract Sum: Section 2.1 "Maximum Contract Amount" reflects the on-call nature of the Agreement, in that there is no defined cost other than the consultant's schedule of hourly rates and fees identified in Exhibit "D" of the agreements. This fact is reflected in Section 2.1 of the Agreement, which states: City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide, and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "D"and incorporated herein by this reference. 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 'D". 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. While these on-call agreements do not specify a contract sum, and future projects to be undertaken by each firm will be authorized pursuant to "Task Orders" subsequently approved by the City Council, FAA regulations require that upon the City's approval of an on-call agreement with multiple firms, that the list of projects to be assigned to each firm be identified at the time the on-call agreement is approved. Specifically, FAA Advisory Circular 150/5100-14E requires that the City list the projects the City reasonably expects to initiate in the next 5 years with each firm. On that basis, the evaluation committee reviewed the list of projects and determined that the selected firms be assigned the following projects: Gensler Projects • Design - US Customs Facility 06 City Council Staff Report May 2, 2018-- Page 7 Approval of On-Call Aviation Agreements—SOQ 06-17 • Design - USO Facility • Design - Consolidated Rental Car Facilities • Design — Terminal Baggage claim system replacement, associated building modifications • Design and support services for TSA modifications • Design terminal capacity gate expansion • Miscellaneous on-call architectural design services for unscheduled projects • Independent Fee estimation for program development of other professional service contracts • Design terminal related ADA compliance projects • FAA categorical exclusion documentation preparation for associated projects • FAA cost benefit analysis for associated projects RS&H Projects • Construction management for the terminal ticket-wing renovations • Construction management for the rental car consolidated facility expansion and associated enabling construction projects • Construction management for the terminal gate expansion program • Construction management for the terminal baggage handling system replacement and facility modifications • Update of the Airports Layout Plan (ALP) and property schedule A • Construction management for miscellaneous airport building, rehabilitation or remodeling projects • Construction Management for ADA compliance projects • Independent Fee estimation for program development of other professional service contracts • Bid documents and specifications for other airfield equipment such as runway sweeper, friction testing equipment, wildlife hazard program WSP Projects • Pavement Condition Index report • Civil Engineering for airside pavement repairs and rehabilitation • Design for Runway and Taxiway safety area maintenance, repair and rehabilitation • Design for airfield, associated buildings, security fencing and/or electrical system repair • Design for public vehicle parking lots and roadway repairs • Program Management for the consolidated rental car facility expansion 07 City Council Staff Report May 2, 2018-- Page 8 Approval of On-Call Aviation Agreements—SOQ 06-17 • Bid documents and specifications for development of (ARFF) Airfield Rescue Fire Equip. • Safety management program development and completion per project • Bid documents and specifications for development of passenger boarding bridges • Bid documents and specifications for other airfield equipment such as runway sweeper, friction testing equipment, wildlife hazard program • Independent Fee estimation for program development of other professional service contracts • FAA categorical exclusion documentation preparation for associated projects • FAA cost benefit analysis for associated projects • Civil engineering for ADA related projects • Miscellaneous on-call design and support for unscheduled airfield projects Staff recommends that the Council approve the on-call professional service agreements with each selected firm. A copy of the agreement to be executed by each firm is included as Attachment 4. Each firm has requested certain changes to the agreement form, which are being reviewed by the City Attorney. Staff requests Council authorize the City Attorney to approve such edits to the extent they do not materially change the terms and conditions of the agreement. Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires consultants to use good faith efforts to solicit applications for employment and proposals for sub-consultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. However, this Code exempts any solicitations where state or federal regulations do not allow local preference programs. The FAA does not allow local preference in selection of vendors working at PSP, therefore, there was no local preference applied to SOQ 06-17. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Master Plan Update for the Palm Springs International Airport ("Master Plan") is considered a "Project", and in accordance with the CEQA Guidelines, the City acting as "Lead Agency" pursuant to CEQA, previously completed an environmental analysis of the potential impacts resulting from implementation of the Master Plan. A Notice of Intent to Adopt a Mitigated Negative Declaration ("MND") was previously filed, and on October 21, 2015, the City Council held a public hearing, and independently reviewed and considered the information contained in the MND prior to its review and approval of the 08 City Council Staff Report May 2, 2018-- Page 9 Approval of On-Call Aviation Agreements—SOQ 06-17 Master Plan, and adopted Resolution No. 23908, adopting and ordering the filing of a Mitigated Negative Declaration for the Master Plan. As this capital project implementation was approved in the Master Plan, no further environmental analysis pursuant to CEQA is necessary. FISCAL IMPACT: Over the next 5 years, the City anticipates delivering an ambitious $89 million capital improvement program. The three professional services agreements will facilitate the design or construction management services associated with these projects. As staff coordinates with these firms on the services required, a work order proposal will be negotiated and will be presented to Council for approval to proceed. All costs associated with the airport capital improvement program are funded through FAA grants, Passenger Facility Charges (PFCs), or Customer Facility Charges (CFCs), with local matching funds budgeted through the Airport Fund. SUBMITTED Marcus L. Fuller, MPA, P.E., P.L.S. Thomas Nolan Assistant City Manager Executive Director, Airport David H. Ready, Esq., P City Manager Attachments: 1. October 21, 2015, staff report 2. SOQ 06-17 3. Proposals 4. Draft Professional Services Agreement Attachment 1 � 4ppLMSA� V N • w •O �O•^a•nv` P+ 411F°"�'� CITY COUNCIL STAFF REPORT DATE: October 21, 2015 PUBLIC HEARING SUBJECT: APPROVAL OF THE CITY OF PALM SPRINGS AIRPORT MASTER PLAN UPDATE AND ADOPTION OF A MITIGATED NEGATIVE DECLARATION FROM: David H. Ready, City Manager BY: Department of Aviation SUMMARY An action to address the California Environmental Quality Act (CEQA) Initial Study for the Palm Springs International Airport Master Plan Update. RECOMMENDATION: 1. Open the public hearing and take testimony. 2. Close the public hearing and adopt(Resolution No. , "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, ADOPTING A MITIGATED NEGATIVE DECLARATION (MND) AND APPROVING THE MASTER PLAN UPDATE FOR PALM SPRINGS INTERNATIONAL AIRPORT." RELATED PRIOR ACTIONS: _ Related Relevant PSP Master Plan Prior Actions 08. '94 The original Palm Springs International Airport Master Plan was completed and adopted by the Cit Council. 5,07.03 The Palm Springs International Airport Commission approved the Master Plan Update. 5.28.03 The Planning Commission approved the Master Plan Update as recommended. 7.02.03 The City Council adopted the 2003 Airport Master Plan Update. 3,10.09 The Historic Society Preservation Board (RSPB) voted 5-1 to recommend that Council designate the west fa de of the airport as a Class 1 Historic Site, 5.13.09 The City Council designated the west fagade of the Palm Springs International Airport as a Class 1 Historic Site. 4.16.14 The Airport Commission reviewed the updated Mitigated Negative Declaration and Master Plan. 5.08.14 The Riverside County Airport Land Use Commission (ALUC) reviewed and found the Airport Master Plan Update consistent with Land Use Compatibility Plan. ITEM NO. City Council Staff Report October 21, 2015—Page 2 Airport Master Plan Mitigated Negative Declaration 5.13.14 The HSPB reviewed the proposed Master Plan Update; it was recommended that any tans for changes to the front fa ade would be presented to the HSPB at a future date. 5.28.14 The Planning Commission recommended approval of the Mitigated Negative Declaration and recommended approval of the Master Plan Update to the City Council. 11.05.14 The City Council reviewed the Master Plan Update for informational purposes and recommended changes, specifically related to avoiding impacts to the historic terminal fa ade and centralizing rental car facilities in their existing location. 03.04.15 The City Council reviewed the revised Recommended Alternative in the Master Plan Update. 09.30.15 The Palm Springs International Airport Commission voted to recommend the Mitigated Negative Declaration for the Master Plan Update to City Council for consideration. STAFF ANALYSIS: The Federal Aviation Administration (FAA) mandates that airports receiving Airport Improvement Program Grant funding maintain an Airport Master Plan with the appropriate environmental analysis and clearance in order to be eligible for funding of related future capital projects. As taken directly from the FAA Regulatory Guidance AC No. 1 5 015 0 70-6B: "An airport master plan is a comprehensive study of an airport and usually describes the short-, medium-, and long-term development plans to meet future aviation demand... The goal of a master plan is to provide the framework needed to guide future airport development that will cost-effectively satisfy aviation demand..." Consistent with the Federal Aviation Administration's guidance, the Airport Master Plan Update was prepared by a qualified airport planning firm: HNTB Corporation, under the approval and funding of the FAA Western Region Airport District Office. The elements of the plan are comprehensive and include essentially six major areas of emphasis: ✓ Inventory of Existing Conditions ✓ Aviation Activity Forecasts ✓ Facility Requirements ✓ Master Plan Alternatives ✓ Alternatives Evaluation ✓ Recommendations and Implementation In addition to using these core guidelines established by the Federal Aviation Administration, the fallowing City Ordinance was also utilized as guidance for the plan: PALM SPRINGS INTERNATIONAL AIRPORT AIRPORT ORDINANCE (ORD. 1693 § 2, (PART), 2006) • Plan, Manage, Operate, Finance, and Develop the Airport in a manner consistent with the adopted goals and policies of the City Council; • Provide the residents of the city of Palm Springs and the Coachella Valley with access to the nation's aviation system; • Preserve and enhance the City's status as a premier tourist destination; 12 City Council Staff Report October 21, 2015- Page 3 Airport Master Plan Mitigated Negative Declaration • Ensure the Airport's long term financial health; • Protect and promote the health, safety, security, and general welfare of the public consistent with all applicable Regulatory Measures; • Encourage the development and operation of General Aviation businesses and the provision of quality aviation products, services, and facilities to the public at the Airport; and • Ensure that the Airport is operated for the use and benefit of the public and made available to all types, kinds, and classes of aeronautical activity on fair and reasonable terms and without unjust discrimination. This current Master Plan Update was initiated through a City Council approved FAA grant and then prepared by HNTB Corporation, a consultant and scope of work that was authorized by the FAA in 2011 . Since this time, the ensuing environmental review (CEQA) Initial Study process has been completed as required prior to the City Council formally adopting the plan. Along with the Master Plan adoption being considered today, the action here includes the adoption of a Mitigated Negative Declaration (MND) associated with the CEQA Initial Study process. A copy of the MND was made available to the public with notice published on March 20, 2014, in the local newspaper, and a full copy for public review at the Palm Springs Library and also at the Department of Planning Services. Other public meeting opportunities have included the Riverside Airport Land Use Commission meeting on May 8, 2014, and the Airport Commission meeting in Council Chambers on April 16, 2014. Additionally, a special Airport Commission Meeting was held in the City Council Chambers on September 30, 2015, for a final review of the Master Plan and Environmental Review prior to this submission to the City Council. Moreover, working through the ONE-PS neighborhood involvement organization, invitations were provided to abutting airport neighborhoods. MASTER PLAN UPDATE- PROCESS AND FINDINGS: The Master Plan process facilitates the FAA's goal of "providing the framework needed to guide future airport development that will cost-effectively satisfy aviation demand, while considering potential environmental and socioeconomic impacts." The process identified a series of goals and objectives aligned with existing City of Palm Springs policy. An FAA-approved 20-year aviation activity forecast was prepared early in the process to project future passenger enplanements and total airport operations. The PSP aviation activity forecast indicates the potential for growth at PSP in the long term over the next 20 years. Total domestic and international enplanements are forecast to increase by an average annual 3.1 percent. This forecast is used to identify critical facility requirements that will be necessary to address passenger demand. 13 City Council Staff Report October 21, 2015—Page 4 Airport Master Plan Mitigated Negative Declaration Facility requirements were prepared for all functional airport components (airside, terminal, landside, general aviation, support and maintenance.) Improvements are identified as required in the terminal baggage claim and baggage transfer areas due to peak passenger loads and growing congestion. The facility analysis highlighted that accommodating PSP growth requires key terminal and landside improvements, particularly in these areas of baggage claim and luggage transfer, ticketing lobby circulation, rental car vehicle pickup lots, car rental customer service areas, and rental car service areas. The Facility Requirements identified that the Airport's airfield has adequate size and capacity to serve forecast operations beyond 2028 and therefore no runway, taxiway, or apron expansion is necessary. As part of the Master Plan process, one alternative was developed that provides a plan for near-term improvements at PSP while two alternatives were developed that provide plans for long-term improvements at PSP. The Alternatives Analysis in the Master Plan Update included a concept refinement process, which involved key airport tenants and stakeholders. The near-term plan was developed to address the near-term constraints and functional deficiencies with rental car facilities and the terminal processor in a financially prudent manner, while the long-term development alternatives meet aviation activity forecast demand through 2028. The alternatives were evaluated based on criteria developed during the goals and objectives phase of the Master Plan, subjective ratings, cost estimates, and financial feasibility. An outcome of the master planning process is the recommendation of an Airport development plan. The preferred master plan alternative will address predefined goals and objectives, the aviation activity forecast demand, and the identified facility requirements. The alternatives were presented to the nineteen-member Airport Commission and unanimously approved. The recommendation was to proceed with the environmental phase analysis. The project elements from the Immediate Action Plan were depicted on an Airport Layout Plan (ALP) approved by the FAA. The City Council was presented with the No Action (No Build), Immediate Action Plan, Expand in Place, and New Processor Alternatives on November 4, 2014. During the environmental review, changing economic conditions and the public commentfreview process, including comments and direction provided by City Council, led to revisions of various aspects of the near-term Recommended Alternative. The Master Plan Update has been amended to reflect these changes. The revised Master Plan Update Recommended Alternative is presented below and described in an addendum chapter in the Master Plan Update: ua /fah c+ S tw 1. 1oV 1 Its* // h4 P,Y F � f Y I Q i I 1 _ t 1 m P� I i z 4 u� O CO x 9 ° a2 �` I m - -- — � I rmcrmlu*m _ CO m - a J + y •:.�... �_-; rw. r,�,, n .��� :• Recommenced Allernative (n env d J , 'r` ---- .....u1M+.l.aewc•aa.k.•.,e rtMxcf,H,.r'rdae�a;a r,..yvm.a.. figure8•1 'V .- N PALM SPRINGS �.+,yh.w�r•a. ,'1 Rfefnihm�¢®;x•A•x nvc0 1f+,•c'fiiUY e Lj m 4AVEP FLAN _ Palm Springs International Airport new wlmi crrnR I.rhr+u M� �'0 fl r � Master Plan 0 U0 EL U 0 ¢ City Council Staff Report October 21, 2015—Page 6 Airport Master Plan Mitigated Negative Declaration ENVIRONMENTAL ASSESSMENT AND DETERMINATION: The proposed Airport Master Plan Update and the associated improvements were deemed a "Project" under the guidelines of the California Environmental Quality Act and the Environmental Initial Study was prepared for the project. The Initial Study was mailed to State and Local Agencies and interested parties for review and comments in March 2014. It was determined in the Initial Study that with the incorporation of the mitigation measures, the proposed project will not result in a significant impact to the environment. The CEQA Initial Study has been revised to reflect the City Council updated Recommended Alternative. Consistent with the initial determination, it was subsequently determined in the revised Initial Study, that with the incorporation of mitigation measures, the proposed project will not result in a significant impact to the environment. Revisions to mitigation measures were focused on the cultural resources section in response to public and City Council comments resulting in a modification to the Master Plan. Pursuant to Section 15064.5 "Determining the Significance of Impacts on Historical and Unique Archeological Resources'; the main terminal of the Palm Springs International Airport is a historic resource under CEQA because it is listed in the local register of historic resources. With the revisions in the Recommended Alternative and mitigation measures included in the Initial Study and Mitigated Negative Declaration, the project will not have an adverse impact on the airport and in particular to the main terminal or other historic resources or elements of the airport. The fagade of the main terminal was originally identified to be subject to a ticketing wing widening. However, based on direction received from Council, this plan was removed from the program and the fagade will not be disrupted in any manner. Although the Master Plan Update does not change airfield facilities or include projects that enhance the airport's capacity to accommodate aircraft, at the City Council's request, the CEQA study does include an analysis of existing and future noise exposure, known as NEMs (Noise Exposure Maps). The updated noise contours include a detailed analysis of the existing and forecast fleet mix, including military aircraft. The existing and forecast noise contours remain primarily over airport property or compatible land uses (commercial, industrial, etc.). The residential areas that are impacted by the noise contours were part of the Airport's previous noise mitigation (sound insulation) program. Prior to program closeout in 2004, all property owners were offered participation in the program. The NEM was conducted in full accordance with the FAA regulatory methodology. On Wednesday September 30, 2015, the Airport Commission held a Special Meeting in the Council Chambers and email notices of the meeting were sent out to the ONE-PS neighborhood organization email list on file with the office of Neighborhood Services. Approximately twenty citizens were in attendance at the meeting and the Airport Commission voted unanimously in favor of recommending moving forward with adoption of the program and related CEQA study. City Council Staff Report October 21, 2015—Page 7 Airport Master Plan Mitigated Negative Declaration FISCAL IMPACT: When looking at the identified recommended capital improvements, they can be segregated into two areas of fiscal sourcing. One source is consisting of those elements within the terminal that are eligible for funding by the Federal Aviation Administration, the same source that has funded many other PSP Airport improvements in the past. Because Palm Springs International Airport is part of the National Airport System Plan and a fully certified Airline Airport in good standing, the terminal improvements identified in the Recommended Alternative are within the eligibility parameters of this funding. The other landside improvements associated with the car rental facilities are eligible for funding under California's regulated Customer Facility Charge (CFC) program, which the Airport has previously been approved for and collecting. The balance in this fund is over $10,000,000. Based on this current balance, rate of collections, and forecast of activity, the CFC program will support the future project. Although subject to final design and bidding requirements, an order of magnitude cost estimate for the next five year Airport Master Plan capital costs are as follows: • Terminal Ticketing Area $21-22 million • Rental Car Expansion/Structure $24-25 million Thomas Nolan, A.A.E. David H. Ready, Esq. Executive Director, Airport City Manager 17 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS ADOPTING A MITIGATED NEGATIVE DECLARATION (MND) AND APPROVING THE MASTER PLAN UPDATE FOR PALM SPRINGS INTERNATIONAL AIRPORT. WHEREAS, the original Palm Springs International Airport Master Plan was completed and adopted by the City Council in August 1994; and WHEREAS, the Palm Springs International Airport Commission approved Master Plan update on May 07, 2003; and WHEREAS, the Planning Commission approved the Master Plan Update as recommended on May 28, 2003; and WHEREAS, the City Council adopted the 2003 Airport Master Plan update on July 2"d, 2003; and WHEREAS, the Historic Site Preservation Board voted 5-1 to recommend that Council designate the west fagade of the airport as a Class 1 Historic Site on March 10, 2009; and WHEREAS, the City Council designated the west fagade of the Palm Springs International Airport as a class 1 Historic Site on May 13, 2009; and WHEREAS, the Palm Springs International Airport Commission approved Master Plan Update on Jan 13, 2010; and WHEREAS, the current Master Plan update was initiated through an FAA grant accepted by City Council, prepared by HNTB Corporation, and authorized in scope by the FAA in 2011; and WHEREAS, the Airport Commission reviewed Mitigated Negative Declaration and Master Plan on April 16, 2014; and WHEREAS, the Riverside County Airport Land Use Commission (ALUC) reviewed and found the Airport Master Plan Update consistent with Land Use Compatibility Plan on May 08, 2014; and WHEREAS, the Historic Board Preservation Site reviewed the proposed Master Plan Update; any plans for changes to the front fagade will be presented at a future date on May 13, 2014; and WHEREAS, the Planning Commission of the City of Palm Springs reviewed the Mitigated Negative Declaration and recommended approval of the Master Plan Update to the City Council on May 28, 2014; and Resolution No. Page 2 WHEREAS, the City Council reviewed and directed revisions to the Airport Master Plan Update on November 5, 2014; and WHEREAS, the City Council again reviewed the final revisions to the Airport Master Plan Update prior to the commencement of the final CEQA public hearing on March 4, 2015; and WHEREAS, the Airport Commission reviewed the Mitigated Negative Declaration and revised Master Plan on September 30, 2015. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF PALM SPRINGS DOES HEREBY RESOLVE AS FOLLOWS: Section 1: Pursuant to the California Environmental Quality Act (CEQA) Guidelines, the Palm Springs International Airport Master Plan Update has been deemed "a project'; an initial study was prepared, notices of the report were sent to all applicable agencies. A Notice of Intent to Adopt a Mitigated Negative Declaration was filed. The City Council independently reviewed and considered the information contained in the MND prior to its review of this Project and the MND reflect the City Council's independent judgment and analysis. Furthermore, it was determined in the Initial Study that with the incorporation of mitigation measures, the proposed project will not result in a significant impact to the environment. The City Council finds that the Palm Springs International Airport Master Plan Update includes proposed mitigation measures identified in the MND, and such measures will reduce all potentially significant impacts to less than significant. The City Council adopts the Mitigated Negative Declaration as the controlling environmental document for the Palm Springs International Airport Master Plan Update. Section 2: The City Council approves and adopts the Palm Springs International Airport Master Plan Update. ADOPTED THIS 21st DAY OF OCTOBER, 2015. David H. Ready, City Manager ATTEST: James Thompson, City Clerk i Resolution No. Page 3 CERTIFICATION STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, JAMES THOMPSON, City Clerk of the City of Palm Springs, hereby certify that Resolution No. is a full, true and correct copy, and was duly adopted at a regular meeting of the City Council of the City of Palm Springs on by the following vote: AYES: NOES: ABSENT: ABSTAIN: James Thompson, City Clerk City of Palm Springs, California 20 Palm Springs International Airport Master Plan Update & Initial Study/Mitigated Negative Declaration City of Palm Springs Airport Commission September 301h, 2015 =�-�- _ _ — PALM SPRINGS MASTER PLAN f ) i [V h^+ Overview The master plan process was conducted in accordance with FAA guidance and subsequently reviewed and approved by FAA. To be forwarded to City Council for review. The Master Plan Update Recommended Alternative has been revised, based on direction from City Council. The updated Recommended Alternative was presented to the Airport Commission and City Council in March 2015. 4- The environmental analysis for the Initial Study/Mitigated Negative Declaration (IS/MND) has been updated to reflect the Recommended Alternative. PALM SPRINGS MASTER PLAN (V Study Chronology Master Plan Update rt Comm i recorr t,onmental F, 2Q10 ,tidies 2011 NEPA and CEQA environmental studies (biological resources, historic an(! Initiation jiiural resources).Agency Sc(--,, 2012 NE"' "TOP Technical analyses: alternatives refinement.coordination with =AA. State Historic Preservation Office.Agua Caliente 2013 NEPAICEQI Technical analyses: alternatives refinement:coordination with FAA. Master Plan Completion of CEQA Initial Study/Mitigated Negative 2014 UpdatelNEPAICEQA Declaration: Airport Commission. Planning Commission. Historic Site Preservation Board, Ci, a� Master Plan FAA directs completion of CatEx, Ct' public cv,e 2015 Updnte!NEPAICEOA '?firemmnt (Ir R can�r�nnri,� glt,�rn �n,r to+.icm of 4 PAL7 SPRINGS INTERNATIONk AIRPORT 5 : t:; Revised Recommended Alternative Terminal Proposed Improvements • Expand terminal building by 60' to the north; accommodate rental car counters and USO to allow for baggage claim device expansion. • Reconfigure interior of ticketing wing; remodel Airline Ticket Office (ATO) space to allow for circulation area expansion. • Construct a supplemental 5,000+ sq. foot building behind the terminal to accommodate displaced ATO functions. Landside Proposed Improvements • Reconfigure the existing Ready/Return lot to accommodate a Quick Turn Around (QTA) facility and structured parking and ready/return. • Maintain existing maintenance facilities. • Reconfigure and expand parking areas along Kirk Douglas Way. • Maintain Airport access via Baristo Road. 3 'e ?( PALM SPRINGS MASTER PLAN 141 NET Terminal — Existing (ticketing wing ) ' 0 AHh«Th«t G�Mea - I♦ Tkkw.Civil+ p Tkkee Cam~—\,ftelnp 0 Tlckar C2,~Clr::jlW!W Atva =PM$KLlYJ CIT61CI;m Ate" i p pm-.se rlly Cli lad *Aess p Reueas+e•e O Go.roseelm r C:.'+r«ss17r slo-nx ram' C-3 Rxrtal'mar Re�n•adci:;oust«rs ' . -Bade Clalm r- p Raatprye Serice CPhe (/'' IIIIIIIII P5p gpenj"s IIIIIIIII P,o AdMnh"Js ®55CP p U'Ndes 6 SAIdIrq Ma{nieno v- ®UliO . t ED$ cap 40 Beopp Corw"M - de PALM SPRINGS MASTER PLAN TV Ul Terminal - Recommended Alternative Supplemental ATO Space b.m .pro rrr ran.rn.r...n.. A A<............. .{G ... c�.w,ceR...�a..... r sam � r ra.ctis i ww.aiw Expansion of Baggage Claim \ ( e.orrla..ewow�w roo�paw �� s rr R.eeM"NATOA. Are.mo: .tG e-^ • v C.elem A. - A.� Extension of Future Ticketing USO Circulation Area Interior Terminal Recontiguration Alternative r' Fguwe 3 z—+ Palm Springs International Airport Master Plan t`.'1 Landside - Recommended Alternative •�.. :mod s .._ � ' Consolidated Rental __ , .. ,,,. . Gar Ready/Return _ - . r ,. T._. . .,...�. and RTA Garage ,-. ...... .NMI" . , >t• Terminal Improvements .a�\y� • i ' M�a • j ,t •�.� p f� ��, I Reconfigured ' Parking Relocated Customs �aI and Border Protection Building . .;..,r•:. ... :.,nw a+.*w - orarwr.e.m; _ —c [...a bMo .._ __ ,� • .r`+r .mr.h.w.r.r, — — � a.� Recommended Alternative �.- - wa Nwnr/wGwti..r nrwa.rnrrwai.a�, —• rways a... Figin 8.1 .. PAIN SPRINGS [--} c...glrerras� r.w,b+n+J�. Pwhft bwecm:u.. IWNERaux _ n+,erbrryren r�+v,rur+sa Palm Springs Master Plan Update Summary The Master Plan Update was a technical analysis, completed in accordance with FAA requirements, to identify short and long term needs at PSP. It provides a blueprint based on reasonable forecasts; does not commit PSP to specific projects. -Y. The Master Plan Update focuses on Landside and Terminal; PSP airside facilities can accommodate future growth. The Master Plan Update identifies conceptual projects that are subject to further design and review. -z- The Master Plan Update is subject to a CEQA environmental review. _ ! PALM SPRINN INJERNAPONAL AIRPORT &W P- *-P.., M ASTO PLAN UPDATE 4v CEQA Initial Study What is CEQA California Environmental Quality Act is a statute that requires state and local agencies to identify the significant environmental impacts of their actions and to avoid or mitigate those impacts, if feasible. Why a CEQA analysis is necessary The Master Plan Update and associated projects are deemed a "project" under CEQA guidelines. Level of CEQA Analysis 1- Preliminary Analysis leading to Mitigated Negative Declaration or EIR. PALM SPRINGS MASTER PLAN ('J LD Environmental Analysis Less than j iCEQA Environmental Factors Potentially Significant Impact Less than No Impact Significant Impact with Mitigation Significant Impact Incorporated Aesthetics Agricultural Resources Air Quality Biological Resources Cultural Resources Geology/Soils Greenhouse Gas Emissions Hazards&Hazardous Materials Hydrolo /Water Quality Land Use/Planning Mineral Resources Noise Population/Housing Public Services Recreation Trans ortation/Traffic Utilities/Service Systems 4 PALM SPRINGS l '. MASTER PLAN Mitigation Measures Dvironmeaw Re L summary MM AQ-1 Require construction contractors to use law polluting equipment. Air Quality Require construction contractors to use low polluting architectural coatings.Use MM AQ-2 super compliant VOC coatings for all architectural applications. Pre-construction survey for burrowing owls, per the CDFG Code,the MBTA,and the Biological Resources MM BIO-1 Coachella Valley Multiple Species Habitat Conservation Plan lCVMSHCP);clear study area outside bird nesting season. Terminal modifications should utilize historically accurate materials and be designed jMM CUL-1 and constructed in a manner that is compatible with and sympatheticto the original design. Cultural Resources' MM CUL-3 Consult a certified archaeologist to determine the appropriate treatment of any previously undocumented archaeological materials orfeatures. MMCUL-4 Follow State Health and Safety Code Section 7050.5 regarding the discovery of human remains. Greenhouse Gases Consistent with MM AQ-1 and MM AQ-2. Hydrology and Water Quality MMHYD-1 Prior to the approval of a grading permit,a hydrology analysis of the project shall be reviewed by the City Engineer for review and approval. Land Use MM LU-1 Review and approval of MPU by the Riverside County Airport Land Use Commission for consistency with the Airport Land Use Compatibility Plan. Noise MM NOI-1 Follow guidelines regarding construction activities. 'Note MM CUL-2 was removed with revisions to the Recommender/Alternative t A PALM SPRINGS RTERNATL'. -,.V 3Ri IIRtT®t KM UWDATE 6J 1 _ Mitigation Measures The Initial Study/Mitigated Negative Declaration (Revision) concluded that the project has limited potential to degrade the quality of the environment. Through implementation of mitigation measures BIC-1 , CUL-1 , and CUL-3, impacts to biological and cultural resources identified within the project limits will be reduced to below a level of significance. By adhering to City design standards and policies, the project will ensure that the potential to degrade the environment will be minimized. PALM SPRINGS INTERNATIONAL AIRPORT WSTEA"UPDA- W Environmental Analysis - Noise CEQA study includes an analysis of both aircraft noise and construction noise. Measured using the 65 Community Noise Equivalent Level (CNEL) Noise Exposure Contour. Considers all aircraft activity, including military. Implementation of the projects in the MPU do not increase noise. Resulting noise exposure contours introduce no new incompatible land uses. One mitigation measure associated with construction noise. m PALM SPRWGS{NTERNAMNAL AIR009T G.t: Environmental Analysis - Noise 1999* 115 2020 (Forecast) t'• ..+,', _..�; �r .','., ,� %,ter+qw r�'�it�ii � ,�C�'l�tllil�,..•,•4;, ���, � rntcTiiitli�� ,, ' . Y � ■ Pi �ii �...�� }.a"� ..MW i��1��-4� . .��.N ^Y -_ •+W 4Y�I.�.. ��`.;,i `\.�♦ J� _ .'r-+lY l�zM w.w. �.� tti�. �� 1♦ fteN�w•�' �'.'" F 1� �t` . rr'., �� 9C X'�j' :; ;� �Ihtt ��... -. x + � •� ., ttt#1 �. h 11 • • • mi 56,580 • • 61,802 . • • 0.89 sq mi 1 • 11999 noise contour d operations as forecast by the 1993 ; R" 1 Environmental Analysis - Noise a uet lub R i M Z. T ' F ir• - 128 residential homes eligibleiparticipated -C In sound insulation program Vista Chino ` Two single-family homes anZthrea vacant lots elligible/participain voluntary acgwmtion prog;'E.Tach&va Dr — -Y- Resulting noise exposure contours introduce no new incompatible land uses. Areas in which the 65 CNEL contour reaches have participated in previous voluntary mitigation programs by the City of Palm Springs. PALM SPRINGS INTERNATIONAL AIRPORT MAPS PLAN UPOATF W C.II CEQA IS/MILD Status Public Circulation The Initial Study/Mitigated Negative Declaration was initially submitted to the State clearinghouse; Included a public review period; additional presentations to the HSPB, Planning Commission and City Council. Revised IS/AND The CEQA Initial Study/Mitigated Negative Declaration has been revised to reflect the updated Recommended Alternative; the revision resulted in a net reduction of potential impacts and is ready for City Council adoption. PALM SPRINN WTERNATIONk AIRPORT 4, MA M PLAN Ut DATE i a) Following City Council Approval : Begin Advanced Planning/Programming Design Construction il- - 71A4roin PALM SPRINGS MASTER PLAN x :}eaoaie aojoinb of Cuiuoil!sueax Apewle xiw fool} souipiV ueoiaawy z t Ff u� �i t , 4 I y 9. i ]9 { tf t Y 1 r q: k ` Y l! x f as M V ( tF �y; 1 � t E� f I �r•�t. K11 I, d fM!i 4 i �dej) If ' 1 Jed al n' t� f]M Y' i l - k s p f A p k s r NOTICE OF PUBLIC HEARING CITY COUNCIL CITY OF PALM SPRINGS CASE 5.1319-MPU THE PALM SPRINGS INTERNATIONAL AIRPORT MASTER PLAN UPDATE AND ADOPTION OF A MITIGATED NEGATIVE DECLARATION NOTICE IS HEREBY GIVEN that the City Council of the City of Palm Springs, California, will hold a public hearing at its meeting of October 21, 2015. The City Council meeting begins at 6:00 p.m., in the Council Chamber at City Hail, 3200 East Tahquitz Canyon Way, Palm Springs. The purpose of this hearing is to consider a request by the City of Palm Springs for the Palm Springs International Airport Master Plan Update that includes enhancement of the airport's ticketing, baggage claim and car rental facilities. ENVIRONMENTAL DETERMINATION: A Mitigated Negative Declaration (MND), (State Clearinghouse No. 2002071114) has been prepared for this project under the guidelines of the California Environmental Quality Act (CEQA) and will be reviewed by the City Council at the hearing. Members of the public may view this document at the Planning Services Department, City Hall, 3200 East Tahquitz Canyon Way, Palm Springs, and submit written comments at, or prior to, the City Council hearing. REVIEW OF PROJECT INFORMATION: The staff report and other supporting documents regarding this project are available for public review at City Hall between the hours of 8:00 a.m. and 6:00 p.m., Monday through Thursday. Please contact the Office of the City Clerk at (760) 323-8204 if you would like to schedule an appointment to review these documents. COMMENT ON THIS APPLICATION: Response to this notice may be made verbally at the Public Hearing and/or in writing before the hearing. Written comments may be made to the City Council by letter (for mail or hand delivery) to: James Thompson, City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Any challenge of the proposed project in court may be limited to raising only those issues raised at the public hearing described in this notice, or in written correspondence delivered to the City Clerk at, or prior, to the public hearing. (Government Code Section 65009[b][2)). An opportunity will be given at said hearing for all interested persons to be heard. Questions regarding this case may be directed to Edward O. Robertson, Principal Planner, at (760) 323-8245. Si necesita ayuda con esta carta, porfavor Ilame a la Ciudad de Palm Springs y puede hablar con Felipe Primera, telefono (760) 323-8253. mes Thompson, City Clerk _42 U", l MDepartment of Planning ServicesVicinity Map 5 is d n f ♦ r -- —'i ii�HCiORD SANANGELORD }rm ;rsr— DESERT PARK AVE ARNICO ST J IUThET m7m, SAN JUAN RD PEINETA RD E VISTA CHINO Q VISTA CHINO W CHIA RD AR77-S ua. AN WAY 0 } TACHEVAH DR — -r 1-- m w v POP�� w V k PF,G f W X 0g ALEJORD Z m io-rk AVE ,- PARK DR �5 •" y o 9Z AMADO RD �, C1 O ANDREAS RD,,.S d O¢ \ • E TAHOUITZ CANYON WAY U N CALLE LILETA W Y'.,"" VIRGO CT BARI STO RDuj 2 W Legend a RAMON AY g [ Q 500'Radius U f ®® jCAMINO PAROCELA Z ®Site CITY OF PALM SPRINGS 43 Kathie Hart From: Joanne Bruggemans Sent: Wednesday,October 07, 2015 2:51 PM To: Desert Park Estates; Racquet Club South; Movie Colony East;Sunrise Vista Chino; El Rancho Vista Estates;Sunmor; Demuth Park;Sunrise Park;Gene Autry; Little Beverly Hills Cc: Flinn Fagg; Edward Robertson;Kathie Hart;Cindy Berardi Subject: Case 5.1319 MPU-Palm Springs International Airport Master Plan Attachments: 5.1319 MPU Airport Master Plan 10 21 15.pdf To All— Please find the attached Public Hearing Notice of the City Council for October 21,2015 of the proposed project within a mile of your neighborhood organization. Thank you, J Joanne H Bruggemans City of Palm Springs Planning Services Department 3200 E.Tahquitz Canyon Way, Palm Springs, CA 92262 Tel: (760)323-8245 Fax: (760)322-8360 Email: ioanne.bruggemans@oalmsaringsca-gov t 44 CITY OF PALM SPRINGS PUBLIC NOTIFICATION u•Mr4 _ s �ororFr. Date: October 7, 2015 Subject: Airport Master Plan Update AFFIDAVIT OF PUBLICATION I, Kathie Hart, MMC, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that a copy of the attached Notice of Public Hearing was published in the Desert Sun on October 10, 2015, 2015. 1 declare under penalty of perjury that the foregoing is true and correct. V4 Kathie Hart, MMC Chief Deputy City Clerk AFFIDAVIT OF POSTING I, Kathie Hart, MMC, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that a copy of the attached Notice of Public Hearing was posted at City Hall, 3200 E. Tahquitz Canyon Drive, on the exterior legal notice posting board, and in the Office of the City Clerk on October 7, 2015. 1 declare under penalty of perjury that the foregoing is true and correct. ���� Kathie Hart, MMC Chief Deputy City Clerk AFFIDAVIT OF MAILING I, Kathie Hart, MMC, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that a copy of the attached Notice of Public Hearing was mailed to each and every person on the attached list on October 7, 2015, in a sealed envelope, with postage prepaid, and depositing same in the U.S. Mail at Palm Springs, California. (608 notices) I declare ``under rp�penalty of perjury that the foregoing is true and correct. 1</ aRp. Kathie Hart, MMC Chief Deputy City Clerk 45 THE PALM SPRINGS INTERNATIONAL AIRPORT UPDATED MASTER PLAN IS ON FILE IN THE OFFICE OF THE CITY CLERK 46 Attachment 2 � a /F ?AL& F IF JKT,�a 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 pFii 2017 (GFigiRal) RE-ISSUED JULY 2017 City of Palm Springs Division of Procurement and Contracting 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 (760) 322-8368 1 CITY OF PALM SPRINGS, CA REQUEST FOR STATEMENTS OF QUALIFICATIONS SOQ 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 SOQ 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 150/5100-14E for the selection and engagement of consultants for the above referenced professional services. It is the intent of the City to only receive submittals from firms that are able to provide all of the services and disciplines within one submittal. Some firms may sub-contract for a discipline that they may not have "in-house", but that will be part of their team, to provide all of the required disciplines to properly execute any given project. Firms are to clearly identify any sub- consultants and the services that they will perform. Firms should not submit for only a specific discipline or category. Such submittals will not be considered or evaluated. (This is a revision from the original SOQ, was provided in Addendum 1 to the original SOQ, and re-stated again in NEW Addenda #3). Furthermore it should be noted that the 200 mile proximity requirement in the original SOQ has been deleted. OBTAINING SOQ 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.palmspringsca.gov (go to Departments, Procurement, Open Bids & Proposal), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the SOQ via the internet, contact Craig Gladders, Procurement and Contracting Manager, via email at Craig.Gladders(a-)Palmspringsca.gov to register as a firm interested in this specific protect, 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 SOQ to the website and will update the list as it changes until the SOQ 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 SOQ will be considered by the Evaluation Committee to determine which submittals best meet the requirements set forth in the SOQ document. Consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050, as well as FAA guidance, the acquisition of Professional Services is based upon demonstrated competence and PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract awards, if any, will be made by the Palm Springs City Council. The selected firms will be required to comply with all insurance and license requirements of the City. SITE VISIT: A non-mandatory Site Visit will be held in the Airport Conference Room (2nd 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 SOQ document. General questions relating to identification and lay-out of the Airport facilities may be answered at the site visit. Parking ticket validation will be provided at the meeting. The Airport is located at 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262. The conference room is located on the second floor above the main lobby entrance of the airport. This will be the only site visit scheduled. DEADLINE: All submittals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 before 3:00 P.M., LOCAL TIME, 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 SOQ document for additional dates and deadlines. Late submittals will not be accepted and shall be returned unopened. SUBMITTALS TO REMAIN OPEN: The Respondent shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager July 6, 2017 3 REQUEST for STATEMENTS OF QUALIFICATIONS (SOQ) 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 Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Management services, and other miscellaneous Airport Consulting Services as may be required for the Palm Springs International Airport. These services will be provided in support of the PSP Airport's FAA Approved Airport Capital Improvement Program (ACIP) and other miscellaneous airport related projects as may be required. The single incumbent firm currently providing these services to the City is WSP PB Aviation through their office based in San Bernardino, CA. As per FAA requirements, a new solicitation process is required. The Palm Springs International Airport (Airport) is a Small Hub airport owned and operated by the City of Palm Springs under the administration of the City's Department of Aviation. The Airport is an enterprise account within the city and is financially self-sustaining. The Airport is located in eastern Riverside County, approximately 2.5 miles east of the central business district of Palm Springs, California (3400 East Tahquitz Canyon Way). Uniquely, the fagade (only) of the main terminal building is a designated historic landmark. PSP Airport is a key component in local tourism which is the largest industry for the nine-city Coachella Valley. In 2016 the Airport served approximately two million commercial passengers and a substantial number of aviation and non-aviation customers and tenants. Despite serving a world-renowned tourist destination, the Airport experiences what the industry would consider to be extreme seasonality that peaks in the winter months and eases to a lower level of activity during the summer months. About 70 percent of the passenger traffic originates from over 500 cities worldwide every year using a strong mix of international, regional, and low cost airline services, making it a destination airport by definition. Please see the City's website for current airport statistics at www.paimspringsca.gov Go to Government, Departments, Aviation. PSP Airport is in solid standing with the FAA and TSA in regard to its ability to meet its regulatory obligations, and the airport has a strong and collaborative relationship with all its tenant stakeholders. The fiscal condition of the airport is strong given the current and sustained growth it is experiencing. The City of Palm Springs is conducting this SOQ 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 51 ATTACHMENT "B" — Sample boilerplate Professional Contract Services Agreement (for reference only) PURPOSE: The professional services contracts resulting from this SOQ process are intended to provide for on-call services of the core disciplines of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Management services for a five (5) year period. Other more basic services like survey, testing, sampling, permitting, and other ancillary project related tasks will also be included in the contracted services but will not be delineated in the general project descriptions. ONLY firms that will provide ALL of the services requested in this SOQ may submit Statements of Qualifications in response to this solicitation. (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 SOQ in order to successfully perform the various projects that may be assigned. If, after award of a contract, changed circumstances require the need for additional resources or sub- consultants to address the needs of the City, authority to further sub-contract out work may be granted by the City. Pursuant to Article 4.3 of the sample agreement attached, prior written consent of the City is required. The Airport uses the traditional methods of prioritizing projects including the use of its most recent Master Plan Update, FAA approved Airport Layout Plan, FAA annual Airport Capital Improvement Program, Airport Department annual budgetary operating capital improvement program, grant availability, and other unplanned needs and regulatory mandates that may create projects. A combination of both planned and unplanned projects are included in the scope of work for these professional service contracts, but the list is not considered comprehensive and is subject to change. Because this selection process is in accordance with FAA Advisory Circular 150/5100-14DE (corrected from original, see Addendum 3) and is qualifications based, not fee based, the list of projects, or any variations of it, should not have any influence on the required qualification submittals by interested firms. It is the intent of this SOQ process, in accordance with the FAA allowances for securing professional services, to select up to three firms to negotiate a contractual arrangement to provide professional services for specific projects in any one of the capacities identified above. At the time the contracts evolving from this selection are brought forward for final approval to the Palm Springs City Council, each contract will specify what FAA funded, or non-FAA funded projects are specifically assigned over the five-year period. There is no promise or guarantee of work, exclusivity, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. The City further reserves the right to conduct separate or independent solicitations for any services for any project otherwise identified in this SOQ if the City Council determines that it is in the best interest of the City. AIRPORT PROGRAMS AND PROJECTS: For the purpose of facilitating this SOQ solicitation, the following compilation of forecast airport projects illustrates what may transpire for the Palm Springs International Airport professional services work program over the next five years. The final determination and outcome of these projects will be dependent upon many variables, including but not limited to; available funding, source of funding, industry incidents, regulatory changes, changes in activity forecasts, and other factors. The list of projects may include, but is not limited to, the following: • Pavement Condition Index Report creation, including field analysis and report. • Design for Airside pavement repairs and rehabilitation. • Design for Runway and Taxiway Safety Area maintenance and repair. 5 52 • 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 5 Year Capital Improvement Plan: 53 on.12 20% 1017 Prep osed Pro rammed 5Year Alr or1 Ca Ral Improvement Plan 2017 2018 2019 2020 2021 2022 Estimated Ba lance FAA Funding $1,462,000 $490 $16,190 $2,478,120 1,619,350 315,410 Estmated Annual FAA EnOtlements $3,969,699 $4,000,000 $4,000,000 14,050,000 $4,050,000 $4,101),0110 $4,100,000 Local Match $M.400 $386,400 1391,230 $391,230 $396,D60 $396.060 FAA Discretionary Funding $0 Estimated Beginning Project Fedmal Funds $$,IA,490 $4,345,490 $4,528,120 16,919,350 $6,315,410 $4,611,470 Airportlmprovement AP154 Design-Teninal 71cke0n Ci ee in rovaments Design-Airfield Lighting&Tardaay J Balance due AIN52 2017 GnstructTennklal Tickatln GBecky vemema d ConsL Val.flaunt O000 Construct Liglift dTach7a J 038000 2018 Con stmd Terminal Ticketrut Capacity Improvements Pad2 300000 2019 Dee.Tmminal Ca a Baggage Statute, 50,000 ARFF Trucks Replacement 11IA00,D00 2020 Construct Terminal Capacity Baggage S dams 5D00,70 Design Tenednal Capacity Gate Expansion S99D DD9 2021 Construct Teminal Ca a OatsEx ansion 6000D00 2022 Passenger Boarding Bridges 4500,000 Loral% Lai Lad% Local% lttal% Lad Total Pr0ects $263,154 $5,131,000 $4,300,000 $2,050,000 55,100,000 9,1)D0,000 d,500,000 Project%Fmm FM $2,554,444 ($5,292,731) ($3,898,380) ($1,858,530) ($4,623,860) metal M,0794M) Loral sllsaal s]ulan l$n>x lsm,e uu ca�ar $490 $86,89D $2,478,120 $1,819,350 $315.410 1 $311,470 flavan 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. 54 4. Ensure that all applicable sustainability goals and local architectural requirements and processes are addressed with each project. 5. Prepare design documents, construction documents, and other required drawings, bid documents, as well as technical specifications describing the size, character, and quality of the entire project. Revise documents as needed to the satisfaction of the Airport or the FAA. 6. Prepare and submit itemized project cost estimates at the planning, design and construction phases. 7. Prepare addenda, interpret the construction documents, and prepare clarification documents. 8. Attend planning, preconstruction, pre-bid, and construction meetings as scheduled, and prepare and distribute meeting summaries. 9. Provide resident engineering management services to assure that the progress of the work, the caliber, scope, detail of construction, quantity and quality of materials and equipment, and the standard of workmanship conform to the intent of the architect/engineer as expressed in the construction documents including the integration of the project into the airport's Safety Management System program. 10.Analyze substitutions, test reports, materials, equipment, systems schedules, shop drawings, laboratory results, samples, etc. and make recommendations to the Airport. 11.Assist the Airport in reviewing and approving all contractor pay requests, change orders, and/or resolving disputes. 12. Participate in the final inspection of the project, compile the punch list, and advise the Airport as to the acceptability of the work performed by the construction contractor(s). 13. Prepare and furnish final record drawings and specifications including such revisions that may have been made in the course of construction. 14. Meet with airport staff to develop and define program scopes and create a written program. 15. Provide concept and feasibility reviews of proposed airport property developments, including the preparation of FAA Form 7460 if applicable. 16. Provide written recommendations on routine maintenance and repair fixes for airport facilities, infrastructure and systems. 17. Provide strategic planning input on FAA and non-FAA programs and projects including ACIP annual submittals. 18. Act as a liaison for the airport to the FAA or TSA on designated projects. 19. Provide financial cost benefit analysis to airport staff on various programs. 20. Provide recommendations on complex tangible and intangible airport issues involving airport design, airport functionality, airport compatibility, and airport compliance. SELECTION PROCESS: The City of Palm Springs/Palm Springs International Airport is utilizing a Qualifications Based Selection process complying with Advisory Circular 150/1500-14E to select up to three (3) firms for professional services covered by this solicitation. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firms. Consistent with federal, state and local laws for the acquisition of professional services, price is NOT an evaluation criteria. The City may select the firms from the qualification submittals only, or if deemed necessary, elect to invite a limited number of firms to make a formal presentation for final selection by the committee. If the presentation process is undertaken, the format and date of the presentation will be established and communicated to the selected short-listed firms at the appropriate time. NOTE: The City of Palm Springs Local Preference Ordinance 1756 is NOT applicable in this solicitation pursuant to Federal law as an Exception under the provisions of 7.09.03 (6) of the Municipal Code. 55 Preparation of submittals in reply to this SOQ, and participation in any future presentation, is at the sole expense of the firms responding to this SOQ. Upon selection of the most qualified firms, base contracts shall be executed predicated on the negotiation of an hourly professional services fee schedule for all of the firm's professional disciplines taking into consideration the anticipated project scopes within the five (5) year contract term. This fee schedule, which will be negotiated after the qualification based selection is fully complete, will be then used in all assigned projects in the development of project fees in accordance with the process dictated by FAA AC 150/1500-14E on all federally funded and non-federally funded projects. Pursuant to the requirements of this FAA AC, although projects will be assigned to the firms at the time City Council approves the professional services contracts, each and every project fee will be negotiated at the time the project's timing materializes. An independent fee estimate will be performed for each of these project scope negotiations of over the FAA limit of$100,000. If a fee cannot be agreed upon between the City and the firm for a specific future project, then the City retains the right to terminate the negotiations and conduct its own separate professional services solicitation for that specific project. DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL: Pursuant to Section 2.8.2 11 of the Advisory Circular, firms shall provide in their submittals in response to this SOQ evidence that they either meet the DBE goal, or that an adequate good faith effort was made to meet the DBE goal. The overall all DBE goal for PSP is 6.3%. PRIOR CITY OR AIRPORT WORK: If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their submittal, information obtained from references, and presentations if requested. All submittals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. MINIMUM REQUIREMENTS: To be considered a qualified submittal and be included in the final selection process, firms should possess at minimum the following credentials: 1. Possess a minimum of five (5) consecutive years of experience in the field of airport engineering, planning, environmental, architecture and construction management disciplines. 2. Have a satisfactory record of performance for projects similar to those described herein in concept and function. 3. Have the professional and management expertise and the available resources to perform airport consulting services as described herein. 4. Meet all requirements outlined in this Request for Statements of Qualifications. 5. Have ;at least one full time staffed a Fate GffiGe within 200 Miles from- D..1... (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. 56 1. Firm's work experience with airport construction, planning, environmental work, and architectural projects at an FAA Part 139 commercial service airport, including meeting DBE goal requirements and/or good faith efforts. (40 POINTS); 2. Experience and qualifications of the key personnel that will serve as project lead and liaison with the airport (20 POINTS); 3. Caliber of the sample Work plan provided (10 POINTS); 4. Responsiveness/adherence to the solicitation (5 POINTS); 5. References: Submitting firms are required to provide a minimum of three (3) references for which firm has had an agreement for similar types of services. (15 POINTS). C. The n nh'G n mity of fhn .. „IfnnYc '.fFinn that nnnMino the orimoni PSP v. Airport �+ ��I �,,,,� �i.,� ojest lead and thesizeof that effi%- in forms of other sta# suppG f /1 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 SOQ to see that any submittal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the submittal due date and time. Late submittals will be returned to the firm unopened. Submittals shall be clearly marked and identified and must be submitted to: City of Palm Springs Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement &Contracting Manager QUESTIONS?: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee (including all Airport employees), commission member, committee member, council member, or other agency employee or associate for any purpose related to this SOQ 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 SOQ must be submitted IN WRITING and directed ONLY to: Craig Gladders, C.P.M. Procurement& Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Gladders(&palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the SOQ. The deadline for all questions is 57 3:00 P.M., Local Time, Wednesday, July 26, 2017. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. INFORMATION REQUIRED OF RESPONDENTS AND FORMAT OF RESPONSE: The submittals must be in an 8 '/z X 11 format (no other size paper allowed), minimum 10pt font size, minimum %" margins, and may be no more than a total of twenty five (25) sheets of paper, which may be double-sided, including cover letters, table of contents, organization charts, staff resumes, appendices, and any exceptions to the language in the sample agreement, or to the insurance requirements. NOTE: Dividers, Attachments "A", DBE Good Faith Effort documentation, and Addenda acknowledgments do NOT count toward the limit (everything else does). Interested firms shall submit SIX (6) copies (one marked "Original", plus five (5) copies) and one (1) Thumb Drive or CD of the entire submittal, by the deadline. Attachment "A" is to be executed by only the lead firm (not any sub-consultants that may be part of the team. Firms may not submit an "Appendix" to their submittal in an effort to provide more documentation or information greater than the 25 sheets of paper (double-sided) as stated above. The sample agreement, Attachment "B" is not to be returned or executed with your submittal. Only the successful firm(s) will execute an agreement after award at a future date. All submittals shall be sealed within one envelope and be clearly marked, "SOQ 06-17, STATEMENT OF QUALIFICATIONS FOR ON-CALL AVIATION CONSULTING SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT". Respondents are requested to format their SOQs so that the information provided corresponds directly to, and are identified with, the numbering scheme identified below. At a minimum, Respondents must provide the information identified below: A. Transmittal letter: Should include an introduction of the submittal, a general overview of the firm's qualifications and a summary of the reasons why the City should select the responding firm. Include your list of references (minimum of 3) with contact names and current phone numbers. B. Firm: Firm name, complete address and zip code, primary contact, telephone and fax number, email address and type of ownership (sole proprietor, partnership, corporation, joint venture, etc.), history and structure of firm (include organizational charts). YOU MUST FULLY EXECUTE ATTACHMENT "A" PROVIDED HEREIN AND INCLUDE IT WITH THIS SECTION OF YOUR SUBMITTAL. B.1 After carefully reviewing the City's Standard Professional Contract Services Agreement—provided hereto as Attachment "B", identify any terms and conditions that your firm, if selected, would request to have modified. Describe the basis for any such requests and provide the language your firm would request to use in lieu of the City's standard language. B.2 After carefully reviewing the insurance policies carried by your firm, identify any difficulties your firm would encounter in meeting the City's insurance requirements (including Professional Errors and Omissions insurance) as fully set forth in the Standard Contract Services Agreement—Attachment"B" hereto. 58 B.3 In this section provide your documentation as evidence that your firm either meets the DBE goal, or that an adequate good faith effort was made to meet the DBE goal. The overall all DBE goal for PSP is 6.3%. The Good Faith Effort documentation does not count toward the page limit and may be submitted as an Appendix. C. Key Personnel: Provide the name and biography of each member of the proposed project management team that will be directly responsible for and serve as the primary point of contact to the staff at Palm Springs International Airport. CA List Architectural Design services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a manner that exempts it from participating at a PSP Airport project because of geography or corporate structure. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. *Note that Landscape Architect services are not specifically called for in the core disciplines, however, should a federally funded AIP project include landscape design services as part of the overall scope of work the City reserves the right to request the lead consultant to provide these services under their contract via a sub-consultant; C.2 List Engineering Design services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number. *Note that qualified firms must be experienced with the FAA SMS Order 80000.3613, effective March 18, 2016. The PSP Safety Management System (SMS) introduces an evolutionary process in system safety and safety management. SMS is a structured process that obligates contractors to manage safety with the same level of priority that other core business processes are managed. The project design firm will be responsible to coordinate and manage the SMS for specific FAA approved projects as required and relevant to each specific construction plan. The PSP SMS plan is composed of four functional components: • Safety Policy • Safety Risk Management • Safety Assurance • Safety Promotion C.3 List Construction Management services capability by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Project. Identify the California-licensed professional(s) that will be assigned and include their current valid California professional license number; CA List Airport planning services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Airport project. Identify specifically the nearest corporate . 59 office to the Palm Springs International Airport and identify the number and type of staff working at that office. C.5 List Environmental services capability provided by your firm and only list those resources that would realistically be assigned or have any participation on a project at PSP Airport. Do not list an office that is corporately structured in a way that exempts it from participating in a PSP Airport Project. Note" PSP projects that were included in the November 2015 Master Plan Update have received Categorical Exclusion approval. These projects will be the prime focus for design, development and construction projects over the next three to five years. Qualified firms must be knowledgeable and proficient in managing projects according to California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA), along with FAA Order 1050.1 F. Future projects not included in the 2015 Master Plan will be evaluated on a case by case basis regarding environmental requirements C.6 Identify other Airport specialty consulting services in which the firm has expertise that may pertain to projects identified in the Airport's ACIP. D. Other related qualifications: 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 60 airlines to expedite bag delivery. For purposes of staff and resource assignment and availability, assume that this design project will commence in the spring of 2019, and the construction phase will begin in May 2020. Remember that about 70 percent of PSP Airport's passenger traffic occurs between December and May. EA Identify key personnel and other resources to be utilized and indicate their availability for this project; E.2 Describe your firm's proposed work plan/methodology for architectural/engineering design or planning services (identify action items, timeliness, necessary Airport resources and information); E.3 Describe how your firm would manage this project from start to finish, including the use of project management tools; EA Identify any critical path items associated with this project and how you would work with Airport personnel to avoid/resolve them; E.5 Provide references for one (1) recently completed project of a similar nature. Identify the owner's representative (contact) and a current phone number for the reference provided. E.6 For the referenced project, provide examples of project budgeting and cost estimating procedures with results; FORM OF AGREEMENT: The selected firm will be required to enter into a base contractual agreement, inclusive of insurance requirements, outlining the professional services hourly fee schedule for all possible disciplines over the next five (5) years with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment "B"). Please note that Exhibits A, B, C, D and E are intentionally left blank in the attached document and will be completed by the City after other documents are received from the qualifications based selected firm and the Schedule of Fees has been negotiated and accepted by the City. If the City is unsuccessful in negotiating and accepting a fee schedule, it reserves the right to conduct a new procurement process, as provided for by the FAA AC requirements noted above under "Selection Process". Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. We specifically draw your attention to the language in the sections of the sample contractual agreement attached entitled "Conflict of Interest" and "Covenants Against Discrimination" and recommend all firms carefully consider these contractual requirements prior to submitting a submittal in response to this SOQ. Firms that submit a submittal in response to this SOQ shall certify the following: 61 Non-Discrimination and Equal Benefits Certification: a) Consultant certifies and represents that, during the performance of the Agreement, the Consultant and any other parties with whom it may contract shall adhere to the City's non-discrimination and equal benefits as provided pursuant to Ordinance No. 1896 in the Palm Springs Municipal Code Section 7.09.040 to assure that applicants and employees are treated equally and are not discriminated against because of their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. Consultant further certifies that it will not maintain any segregated facilities. b) Consultant shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of this Agreement state that it is an "equal opportunity employer' or that all qualified applicants will receive consideration for employment without regard to their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. c) Consultant shall certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. d) If requested to do so by the Contract Officer, Consultant shall provide the City with access to copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. e) Consultant agrees to recruit Coachella Valley residents initially and to give them preference, if all other factors are equal, for any new positions which result from the performance of this Agreement and which are performed within the city. The Contract Officer may agree to modify requirement where it is in conflict with federal or state laws or regulations. f) Nothing contained in this Agreement shall be construed in any manner so as to require or permit any act which is prohibited by law. AWARD OF CONTRACT: It is the City's intent to award contracts to the firms that can provide some or all of the services identified in the SOQ document. However, the City reserves the right to award to a single Respondent, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contracts will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final qualifications based selection of the firms to be recommended for award and a contract has been negotiated and agendized for consideration by the governing body. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT SUBMITTALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a submittal and to accept or reject, in whole or in 62 part, any or all submittals and to cancel all or part of this SOQ and seek new submittals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the SOQ. The successful firm will be required to comply with these provisions, inclusive of Professional Errors and Omissions insurance. It is recommended that firms have their insurance provider review the insurance provisions BEFORE they submit their qualifications. RESPONSIBILITY OF RESPONDENT: All firms responding to this SOQ shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an SOQ without an authorized signature, falsified any information in the qualifications package, etc.), the submittal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a submittal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the submittal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this SOQ process. NOTE THAT THE CITY MAY NOT RECOGNIZE SUBMITTALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH SUBMITTALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO SUBMITTAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this SOQ in the preparation of their submittal or participation in any presentation if requested, or any other aspects of the entire SOQ process. 63 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 SOQ 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 SOQ documents or attached sample agreement, including the insurance requirements, must be included in the submittal and clearly defined. Exceptions to the City's SOQ document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. 64 Attachment 3 65 D May 23, 2017 Gensler Craig Gladders,C.P.M. Procurement&Contracting Manager Division of Procurement and Contracting City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 Subject:Statement of Qualifications for On-Call Aviation Consulting Services for the Palm Springs International Airport Dear Mr.Gladders.and Members of the Selection Committee: Gensler is pleased to provide this response to the Request for Statements of Qualifications for On-Call Aviation Consulting Services for Palm Springs international Airport.We believe E) 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 our clients,consultants, and construction teams. • 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 needs of the airport environment. ID 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 D (424)646-7690 Gensler has designed at Palm Springs International Airport. E) 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 Vehicle Inspection Station and new on-site roadway signage. • Design of the new Commuter Holdroom(Holdroom D)and associated restroom Nyle Marmion 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. GG 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. E 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 i€ 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. F 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 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. F Our Team Strategy.We have assembled a team with extensive experience providing f 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; Creelman for IT/security consulting services; BNP for baggage handling design;and Walter 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 with the Airport to continue our longterm 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, NO iv M� Neil McLean,AIA Senior Associate,Design Manager neii-mcfean@gensler.com (213)327.3801 E 67 .1 Gensler SCQ 06 17.On pall Aviation Consulting Seivices About Gensler Fast Company magazine called Gensler Our design teams are widely recognized For 1965 ..one of America's most influential design an"inside out"approach that carefully Firm established firms."Michael J.Stanton, FAIR,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 ���p/O of disciplines,all with'place'as their focus, planning,retail and organization planning, 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 Am6' 5 innovative places with a philosophy of successfully complete complex projects. Q/O value-based design and comprehensive services that allow clients to collaborate Among Gensler's notable credentials are: Repeat business with a continuous,dedicated team from planning through construction. Completed terminal design and ID We have organized and integrated our planning assignments t nearly every services to support clients at every stage major passenger airport in California, ID in the real estate and facilities cycle, including built work at non-hub (Carlsbad),small hub(Palm Springs), from initial strategy and design through implementation and management.We medium-hubbarpits (John Wayne)and large r focus on understanding our clients'goals hub airports (ran Diego and LAX). and strategies,and seek to add substantial Design more than domestic and value to their ente rprises through our work international airport terminal minal projects and services. for 50 clients in the last 30 years,and more than 21 million square feet of D Since our beginning,we have been airport terminal space. ID 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 enhance their business goals.We have insight into future trends. created brands and identities,designed Additional experience in specialty ID workplaces,and converted outdated spaces design areas such as interior design, into vibrant facilities,all while finding new concessionlretail,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 Gensler's Los D 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 ID Gensler 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.. 68 c F ATTACHMENT"A" t? *THIS FORM MUST BE COMPLETED AND SUBMITTED—see Section B.1 under"Firm"* STATEMENT OF QUALIFICATIONS (SOO)#06.17 On-Call Aviation Consulting Services for Palm Springs International Airport f SIGNATURE AUTHORIZATION NAME OF COMPANY: Gensler BUSINESS ADDRESS: 500 South Figueroa Street,Los Angeles,CA 90071 TELEPHONE: 13 327- 760 CELL PHONE(949)466-9466 FAX(213)327-3601 CONTACTPERSON Keith Thompson EMAIL ADDRESS kelth_ ompson@gensler.com A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. 1 certify that I have the authority to bind myself/this company in a contract should 1 be successful in my proposal. Keith Thompson,Principal in Charge PRINTED AME AND TITLE 4 SIGNATURE AND DATE 6 B. The following information relates to the legal consultant listed above, whether an (r individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: 4 An individual; A partnership, Partners' names: _A company; X A corporation If a corporation, organized in the state of: California Please check below whichever applies: k X Yes, our company certifies that it meets the Non-Discrimination and Equal Benefits requirements as provided herein. Benefits requi— No, our company does not meet the Non-Discrimination and Equal rements 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 S00 is required by Including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non-responsive. In the space provided below,please acknowledge receipt of each Addenda: Addendum(s)# 1&2 islare hereby acknowledged. 63 Gender I SOQ 06 17.On call Aviation Consulting Servrces ORGANIZATIONAL CHART City of Palm Springs Keith Thompson,Architect A LEED Principal in Charge Neil McLean,AIA Design Manager Gensler e Design Team Chris Musich,Architect Melanie Freeland,AIA, AP 8D+C Project Architect LEED Designer g Companiesi Arnie White,PE, PLS Brian Sauli Ralph Redman Lead Airside/Landside Engineer AlrsidelLondside Engineer NEP.A/Planning Carly Shannon Cory Hazelwood • Planning/Sustanabiirty Constructton Management • Steven Alverson Gregory Ainsworth CEQA/NEPA CEQA/NEPA Subconsultants PBS Engineering(DBE) Connico Incorporated(DBE) Creelman(DBE) MEP/FLS DB Spec Cost Estimating IT/Security Walter P.Moore BNP Associates, Inc. Ricondo&Associates,Inc. Structural Engineer ConRAC Planning, Financial 7D „ T',=1ru Spiiag5 lnlC'uladooal Apholt 7 Q B.1 STANDARD PROFESSIONAL CONTRACT SERVICES AGREEMENT f Gensler has reviewed the proposed agreement and would like to have further discussion on the following items. Requested Modifications to Proposed Contract Comment 1.1 As a material inducement to the City entering into this unlike durable goods,professional services do not Agreement,Consultant represents arrdwaFranEsthat come with a"warranty."Instead,they are measured L Consultant is a provider of first ElaSS WOFIE and 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 status and experience,Consultant covenants that it shall request the delet'on of any references to the follow the highest professional standards In performing the Architect providing warranties in relation to the f Work and Services required in this Agreement.For purposes deliverables and define the Standard of Care as a of this Agreement,the phrase"highest professional commitment that at all times during the term of this t standards'shall mean those standards of practice, Agreement the Architect shall perform the Services professional skill and care ordinarily provided by architects exercising that degree of skill and care practiced by f practicing in the same locality under similar circumstances licensed professionals practicing in the same (Standard of Caret.FEEagRwd as high quality among well community under the same or similar circumstances. qualified under similar Cie"• MStvaRE IES. 1.3 The consultant shall ensure and...WFA E 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"0"of this Agreement. Note:See comment under 1.1 above. 1.5 By executing this Agreement.Consultant waFFaeta represents that Consultant(a)will thoroughly investigate aao eeasideF review the information provided by the City regarding the Scope of Service to be performed,(b)will carefully consider how the Services should be performed,and(c)fu4y understands the facilities,difficulties,and restrictions attending performance of the Services under this Agreement.If the Services Involve work upon any site, Consultant waFFants represents that Consultant has or will iiivestigate y1sil the site and is or will be fully acquainted with the observatil conditions 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 1.1 above. 1.7 Consultant agrees to perform all services under this Agreement(i)in an expeditions,expert,and professional manner;(ii)in accordance with the :and(iii)in f accordance with all applicable federal,state and local laws,statutes,ordinances lawful orders,rules,and regulations. Note:See comment under 1.1 above. ! 1.9 oeu ents fumished JeF illie [ Note:-See comment under 1.1 above. 1.10 Consultant acknowledges that the City,the Contract Officer,and its elected officials,employees,and staff are not experts or professionals in the fields of architecture,engineering,and design and that the City will be relying entirely upon the expertise and professional abilities of the Consultant to prepare fully accurate" and•^^^tuts plans, drawings,and specifications,for the Project 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 part 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 accuFate and Eamplete plans, drawings,and specifications in accordance with the highest and best-•^Pe"onal`kill Standard orCare.consistent with Its obligations pursuant to this Agreement. Note:See comment under 1.1 above. 1.11 The Consultant shall,without additional compensation,correct er-revised arry errors or deficiencies feF Ry aad a l Neither the City'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 uasatisfaEteFy 9F negligent 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.lElae Eeasaitant k t EOMPFiSed Of MGFe than one legal entity,each entity 5hall be jEliltly a8d SL%efally liable theFeWndei: 71 8 Gensler I SOQ 06 17.On call Aviation Consulting Services s s s s s 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 . Services may be more costly or time consuming than schedule change due to the client or contractor. Consultant anticipates,and that the Consultant shall not be . entitled to additional compensation,unless there Is a change in scope or schedule caused by or City and its officers council members officials emplovees,agents, . v ! n eers an t n r rs 2.2 City shall use reasonable efforts to make payments to Consultant within`^Ft�:e(45)thirty(30)days after receipt . of the Invoice or as soon as Is reasonably practical. 2.4 If such appropriations are not made,the City may in its sole discretion terminate this Agreement without penalty to as grovided in Sectign 3.5 of lul a reement 3.1 Please add the following:Notwithstanding the foregoing,in no event will Consultant be required to provide services s more expeditiously than Is allowed by Consultant's professional standard of care,nor will Consultant be held liable for damages due to delays beyond Consultant's control. . 5.1.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 . on a per occur accidgnt basis with a combined 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. s 5.2 Deductibles and self Insured Retentions.While Gensler's deductible exceeds$10,000,it Is commercially . reasonable given Gensler's financial standing and Gensler can provide evidence of its ability to satisfy said deductibles. 5.3.1 , xcept professional Ilabilitv,sktall be pf!Fnay s in • 5.5 pe4 vies atany flme Note:Gensler will not provide certified copies of Its Insurance policies,but Gensler can provide s the required certificates of Insurance and Al endorsements.Gensler's polity is confidential and contains proprietary information.In the event of a claim,Gensler can make Its policies available for review in the office of Its General . Counsel,in San Francisco,California. 6.1 Insert the following language: Gensler always provides indemnity to Its clients.In . "Notwithstanding the foregoing,the Consultant's sole the event Gensler is found to have been negiigent in defense obligation for claims alleged to arise from the performance of Its professional services, professional negligence,will be to reimburse the indemnitee Gensler's Professional Liability Insurance would s for costs 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 . by Consultant,and on a percentage basis of fault as a Professional Liability Policy. ultimately determined by a court of competent jurisdiction." . 7.3 All drawings,specifications,reports,records,documents,memoranda,correspondence,computations,and other materials prepared by Consultant,its employees,subcontractors,and agents in the performance of this Agreement . shall be the property of City and shall be promptly delivered to City upon request of the Contract officer or upon termination of this agreement,once payment had been received for all putstanding amounts owed to the Consultant. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Note:Typo . Gensler requests the following Industry standard provisions. Consequential Damages-Mutual Waiver of Consequential Damages. The parties hereby waive special,exemplary . or consequential damages for claims or disputes arising out of or relating to this Agreement The parties agree that this mutual waiver Includes,but Is not limited to,damages incurred by either party for loss of income,lost profit, financing costs,loss of business or damage to reputation. Limitation of Liability -Mutual Limitation of Liability. The parties hereby agree that either party's total liability to the other for any and all injuries,claims,losses,costs,expenses,or damages whatsoever arising out of or in any way . 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 Agreement .1 s Gensler Palm Springs International Airport • 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 gb 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. i • 13 i • • • 3 •I A 5' S*.y 4 � _ 6 b 4 � 4r � r�(�� a gyp, � �"�. �rv '*t^,vi r *��, F r ">•^ t LJ_J 4�1��r�a�aaa�0a��►���,y�� � � _ }}}}TaAa}aaa �I�a�a+ }}}}}}}a+aata��aabi� aaaab b LLJ a— �t via 14 4l�� ��ti(jt .n Ni< nyk 3 } j•{ r i\ r 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 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 r importantly,Neil has developed management and The airport experience needs to communicate the budgeting practices at Gensler that can dovetail into 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 for an"inside-out"approach that carefully integrates stakeholder needs,practicality, License t and airport strategic business goals,while Licensed Architect,CA:C31965 delivering innovation to a demanding industry. S 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 Experience Architecture,Interior Design,Grahic&Wayfinding Palm Springs International Airport,Various Projects Services Terminal Building Entry Renovation and Interior 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 75 Gensler I Pam 5prtngs international Anport t f t t Keith Thompson, AIA, LEED AP Los Angeles International Airport 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 f 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 re-design 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 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 Q Background Replacement Terminal Design Master of Business Administration, Finance- Elite Aviation FBO,Van Nuys Airport,CA 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 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 E 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 f Security Modifications Airport Master Plan { Airport PFC Application Las Vegas International Airport, Las Vegas, NV Air Service Study Remote EDS facility f Terminal Expansion Design Experience Prior to Gensler International Arrivals Area Study 4 Terminal Area Development Plan Los Angeles International Airport,CA 4 Ontario Airport,Ontario,California* 76 E 1: Gensler SOQ 06 17.On call Aviation Consulting Serv>ces Chris Musich, Architect Melanie Freeland, AIA Associate LEED AP BD+C r 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 1 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 Center LEED Accredited Professional -BD+C r Bradley West In-Line EDS Design-Terminal6 Selected 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 r 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* r * Experience Prior to Gensler * Experience Prior to Gensler 77 Gensler '� Palm Spungs International Arrport