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