Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
4/16/2014 - STAFF REPORTS - 2.F.
°,VAAM Sb A. .y c V N CITY COUNCIL STAFF REPORT DATE: April 16, 2014 CONSENT AGENDA SUBJECT: ACCEPT FAA GRANT No. 3-06-0818-051-2014 FOR AIRPORT PROJECTS, ADOPT BUDGET RESOLUTION, AWARD PROFESSIONAL SERVICES CONTRACT FOR THE DESIGN OF RUNWAY 13/31 PAVEMENT REHABILITATION AND DESIGN OF TERMINAL SYSTEMS IMPROVEMENTS. FROM: David H. Ready, City Manager BY: Airport SUMMARY This action contains three items of which all are relevant to the Airport's Runway Rehabilitation and Terminal Systems Improvement Project. The action would accept the Federal Aviation Grant to fund the project, amend the current year budget, and award the contract for design services. RECOMMENDATION: 1. Approve acceptance of a forthcoming Federal Aviation Administration AIP Grant in an amount not to exceed $5,500,000 for the design and bid of main runway rehabilitation and design, bid, and construction of terminal technology system replacements. 2. Adopt Resolution No. , "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING THE BUDGET FOR THE FISCAL YEAR 2013-14." 3. Approve Contract Amendment No. 5 to Parsons Brinckerhoff, Inc. Agreement No. 6256 Airport Professional Consulting for the design and bid services on the runway rehabilitation and terminal technology systems in the amount not to exceed $1,552,745.45. 4. Authorize the City Manager to execute all necessary documents including up to ten percent (10%) additional change order work as required to address changes in the projects' scope. ITEM NO. r�J a ?A`M SAS .y c N N 4 h f [D,roY4E 'e h It CITY COUNCIL STAFF REPORT DATE: April 16, 2014 CONSENT AGENDA SUBJECT: ACCEPT FAA GRANT No. 3-06-0818-051-2014 FOR AIRPORT PROJECTS, ADOPT BUDGET RESOLUTION, AWARD PROFESSIONAL SERVICES CONTRACT FOR THE DESIGN OF RUNWAY 13/31 PAVEMENT REHABILITATION AND DESIGN OF TERMINAL SYSTEMS IMPROVEMENTS. FROM: David H. Ready, City Manager BY: Airport SUMMARY This action contains three items of which all are relevant to the Airport's Runway Rehabilitation and Terminal Systems Improvement Project. The action would accept the Federal Aviation Grant to fund the project, amend the current year budget, and award the contract for design services. RECOMMENDATION: 1. Approve acceptance of a forthcoming Federal Aviation Administration AIP Grant in an amount not to exceed $5,500,000 for the design and bid of main runway rehabilitation and design, bid, and construction of terminal technology system replacements. 2. Adopt Resolution No. , "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING THE BUDGET FOR THE FISCAL YEAR 2013-14." 3. Approve Contract Amendment No. 5 to Parsons Brinckerhoff, Inc. Agreement No. 6256 Airport Professional Consulting for the design and bid services on the runway rehabilitation and terminal technology systems in the amount not to exceed $1,552,745.45. 4. Authorize the City Manager to execute all necessary documents including up to ten percent (10%) additional change order work as required to address changes in the projects' scope. ITEM NO. 3 City Council Staff Report April 16, 2014— Page 2 Accept FAA Grant No. 3-06-0818-051-2014, Amend Budget, Award Design of Runway 13/31 Pavement Rehabilitation and Design Terminal Systems Improvements STAFF ANALYSIS: Approximately six years ago, the Council approved an FAA funded project that successfully completed the full-length pavement rehabilitation of the airport's secondary shorter parallel runway. Based on the same Pavement Condition Inventory which concluded the need for this earlier project, the same type of pavement rehabilitation was identified as being required on the remaining larger and older primary runway. The FAA is a strong proponent of maintaining airport paved surfaces due to the potentially harmful conflict between pavement debris and aircraft engines, subsequently there is support for funding of these types of projects. Once this primary runway pavement rehabilitation project is concluded, it will signify the completion of the three most critical pavements on the airport, two runways and the apron, totaling over $30 million in asset investment. At this phase of the main runway pavement rehabilitation project, the FAA grant will fund only the design and bid services elements. Once the bids are received, a separate FAA construction grant will be secured through a separate Council action. The other element of this FAA grant is to fund the professional design services and construction associated with the replacement of three airport terminal systems. The first system to be addressed is the security access control equipment which is mandated by Transportation and Security Administration regulations to protect the secure areas of the airport terminal. This will involve the replacement of controlled access doors, locking systems, cameras, and other software components, all of which are well over a decade old and in need of upgrade with more recent technology. The second primary system to be addressed is the airport's Flight Information Display network which is nearing the end of its useful life and requires the introduction of new technology. This is the system which provides flight information on screens throughout the terminal for the travelers and greeters that use the Palm Springs International Airport. The remaining key functional system planned for replacement under this FAA funded project is the terminal's main paging network. The current system will be replaced with the newest technology providing more wide-ranging user options for airline staff, improved ergonomics, and better public service. These three projects are all airport specialty disciplines and will be designed by the airport's consulting aviation firm PB Aviation under an amendment to their existing contract. 02 City Council Staff Report April 16, 2014—Page 3 Accept FAA Grant No. 3-06-0818-051-2014, Amend Budget, Award Design of Runway 13131 Pavement Rehabilitation and Design Terminal Systems Improvements The scope of work for these projects was determined based on a number of variables including FAA eligibility and design requirements, previous airport contracts for similar projects, and the parameters of eligible FAA project funding. After a careful formulation of each of these projects' scope, an Independent Fee Estimate firm was engaged to review the projects and confirm they are congruent with airport industry standards and practices. Using this analysis, staff then applied PB Aviation's contract rates to each specific discipline to arrive at the not-to-exceed fees. The FAA has reviewed and approved this scope and fee. The Airport Commission has voted unanimously to recommend the contract. FISCAL IMPACT: The cost of the project is estimated at $5,500,000 and will be funded by AIP Grant 051- 2014. AIP 051-2014 will provide 90% of the funding and the 10% City match, or $550,000, is being appropriated here, into Account No. 416-6401-56150. Thom olan, Executive Director Airport David H. Ready, City er Attachments: Budget Resolution FAA - Professional Services Award Letter Independent Fee Estimate Parsons Brinckerhoff—Amendment 5 Parsons Brinckerhoff— Scope of Services 03 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF _ PALM SPRINGS, CALIFORNIA, AMENDING THE BUDGET FOR FISCAL YEAR 2013-14. WHEREAS, Resolution No. 23341 approving the Budget for the Fiscal Year 2013-2014 was adopted on May 15, 2013; and WHEREAS the City Manager has recommended, and the City Council desires to approve, certain amendments to said budget. NOW THEREFORE THE CITY COUNCIL DETERMINES, RESOLVES AND APPROVES AS FOLLOWS: that the Director of Finance is authorized to record inter- fund cash transfers as required in accordance with this Resolution, and Resolution No. 23341, adopting the Budget for Fiscal Year 2013-14 is hereby amended as follows: SECTION 1. ADDITIONS Fund Activity Account Amount 416 6401 Pending $550,000 Airport Airport AIP 51 Development Purpose: Funding for City's 10% grant match for Airport Runway Rehabilitation and Terminal Services Improvement Project FAA Grant. SECTION 2. SOURCE Fund Activity Account Amount 415 Fund Balance 29301 $325,000 416 Fund Balance 29301 $225,000 ADOPTED THIS 2ND DAY OF April, 2014. David H. Ready, City Manager ATTEST: James Thompson, City Clerk 04 Resolution No. _ Page 2 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 05 0 U.S. Department Western-Pacific Region P.0 Box 92007 of Ttansportahon Airports Division Los Angeles,CA 90009-2007 Federal Avtatton Los Angeles Airports District Office A n February 19. 2014 Mr. Mark Jucht Airport Administration Muriagcr Paltn Springs International Airport 34O0 F Tahquitz Canyon Way Palm Springs. California 92262 Dear Mr. Jucht: Pain Springs International Airport All' Project No. 3-06-0181-051-Pending Project`I itle: Runway 1311-31 L Reconstruction, Security and Terminal tmprovefttents Professional Services Award of Contract Reference is made to the Sponsor Certification for Selection of Consultants, dated February 19,2014, that the City of Palm Springs has met all statutory and administrative requirements for selection of consultant. Based on the certification, Record of Negotiations, and Sponsor's Independent Fee Estimate, we hereby concur with your recommendation to award Parsons Brinekerhoff fbr Iwo task orders not to exceed S 1 272,835.O0 and 5279.910,00, for engineering design services for the runway and terminal projects, Youmay begin the contract award process. Please remember to include the required Federal contract provisions in the contract documents. Information on procurement and contracting are available on the web at: http:t/www.l3ta.goviairportsiaipr'proeurententlfederal contract provisions" Please provide a copy of the executed contract for our-review and records. If you have any questions, please feel free to contact me at (310) 725-3651 or send me an email: rvan.i.coustans(a?faa.eov Sincerely, Ryan Constans Airports Program Manager 06 The Adams Companies 1508 W.Tara Drive Gilbert,Arizona 85233 --xo�D Phone:602-70&1177 E-mail:gary@theadamscompanies.biz December 16,2013 Mr. Mark Jucht Airport Administration Manager Palm Springs International Airport Suite OFC 3400 East Tahquitz Canyon Way Palm Springs,California 92262 Re: Independent Fee Estimate(IFE)—1)Design Services for Runway 13R-31 L Mill and Overlay Reconstruction and 2) Planning and Design Services for Flight Information Display System (FIDS),Access Control(SACS)and Cabling Dear Mr.Jucht In response to your request for the City of Palm Springs International Airport, The Adams Companies (TAC)has completed a review of the proposed scope of services and is providing the enclosed Independent Fee Estimate (IFE) for the pending airport design services runway reconstruction and electrical replacement projects. Our understanding of the project is based upon the letters referencing 1)Palm Springs International Airport: Runway 13R-31L Reconstruction — Design Services and 2) Scope and Budget for an Upgrade/Replacement evaluation of the existing Access Control,CCTV,Flight Information Display and Structured Cabling sent from Mr.Doug Sawyer,Senior Vice President of Parsons Brinkerhoff, Inc. to Mr. Tom Nolan, Executive Director of Aviation for the City of Palm Springs, received by TAC December 10, 2013. These letters will be referred to hereafter as "Proposal for Professional Services"and are attached as documentation. A reasonable fee to complete the tasks outlined in the "Proposal for Professional Services" is $1,452,399.The Runway 13R-31 L Reconstruction—Design Services (Runway design)budget was estimated to be$1,118,563 and the Upgrade/Replacement evaluation of the existing Access Control, CCTV, Flight Information Display and Structured Cabling (FIDS design) portion was $333,836. Attached are seven spreadsheets detailing the cost breakdown and assumptions used for 1)project(s) summary of costs,2)labor hours;and 3)other direct(ODC)expenses. The information contained in the"Labor Estimate"spreadsheets corresponds with the outline of tasks included in the"Proposal for Professional Services".The"Direct Expenses"spreadsheet includes both Runway and FIDS design. Also included for your use are three (one combined total, two separate but partially completed) "Detailed Fee and Cost Analysis Forms".These are provided depending on your(FAA)requirement 07 • Page 2 December 16,2013 to combine the two different work scopes or submit them separately. These forms are based upon FAA Advisory Circular 150/5100-14 Appendix G. Finally,we have attached a copy our"Next Steps: Negotiation;Cost Form and Documentation"to assist in your FAA approval and compliance process. Findings: The level of detail provided by the consultant team's"Proposal for Professional Services" allowed for a detailed fee estimate to be completed. However, several major assumptions were necessary which could have significant impacts on the overall estimate for the project. Although TAC assumed a typical profit and overhead rate,these will vary from one firm to another.Normal industry profits range from 8%to 12%and for this project we assumed a standard industry profit of 10%. Overhead rates also range widely and are typically divided into home and field rates. For this project TAC used an office overhead rate of 180% and a field rate of 1101/6. Overhead rates are normally set by an annual audit and are not usually negotiated,but may be limited by state or local procurement rules. On the other hand,profit is increasingly being negotiated by sponsors. Several states currently limit profit to the 10-12%range.TAC recommends the negotiating team check with the city procurement office about the appropriateness and limitations of negotiating profit and overhead rates. Also,during our review and analysis of the Proposal for Professional Services,we observed several items of note which are outlined below: Scone of Services: As a general comment, the"Proposal for Professional Services", provided by the consultant appears to comply with the Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects,Advisory Circular 15015100-14. This AC serves as the official FAA guidance for sponsors to assure conformance with 49 CFR Part 18. TAC understands that this airport runway reconstruction design and FIDS plan/design is a continuation of earlier design and engineering work completed by the selected consultant. With this prior extensive experience, knowledge and data, there should be opportunities for cost savings. Therefore,TAC has adjusted our estimated number of labor hours and costs downward slightly. Recommendation: TAC recommends that any new changes to the work scope be approved in advance by the FAA to ensure their concurrence and funding eligibility with all changed items. On a project of this size and scope,a detailed list of deliverables and deadlines added to the scope of services might be helpful in assisting the airport sponsor to monitor the consultants'progress. (Note: Task 2.35 QA/QC for R/W Design. TAC did not include separate estimates for quality assurance/quality control but assumed it was already included in the other task items. Historically, it has been TAC's experience that most FAA project managers have excluded/disallowed QA/QC as a separate budgeted item.) Total Labor Costs: The single largest cost in this project is labor,which accounts for over 89% of the total project. (This does not include any of the subcontractor costs.)A level of effort of approximately 9,964 hours was calculated based upon the described work tasks outlined in the "Proposal for Professional Services". Since the "Proposal for Professional Services"require different staffing and technical disciplines,TAC estimated the number of labor hours separately for each project as follows: 08 • Page 3 December 16,2013 1) The Runway 13R-31L Reconstruction — Design Services (Runway design) - A level of effort of approximately 8,210 hours was calculated based upon the work tasks outlined. No overtime was included. 2) Upgrade/Replacement evaluation of the existing Access Control, CCTV, Flight Information Display and Structured Cabling(FIDS design)-Approximately 1,754 hours were calculated based upon an estimate of work tasks for similar projects at similar sized airports. Recommendation: It is suggested that careful consideration be given when comparing the IFE with the consultant's proposed budget. Engineering firms utilize different overhead rates, different profit margins, and different staff classifications/hourly rates which can make direct comparisons confusing. TAC recommends using the overall number of hours (Total Work Effort)as the base line for explanation of the difference in costs.If the total work effort proposed by the consultant is significantly different from the IFE, a clear detailed explanation and justification should be provided and accepted by the negotiating team and/or the sponsor. (Note: Task 2.35 for Runway Design-TAC did not include addition quality assurance/control hours but assumed the all task items already included need QA/QC requirements.Historically,it has been TAC's experience that most FAA project managers have excluded/disallowed QA/QC as a separate budgeted item) Subcontractor: Since subcontractor costs are treated as Other Direct Costs (ODC), often the Airport Sponsor is not provided with their work scope or budget. TAC offers the following comments: a. Without more detailed descriptions of work items to be subcontracted, we used average costs of similar work.These subcontracted work items were estimated to account for about 9% of the total project cost. Subcontractor estimates can be found in the Direct Expenses spreadsheet. b. Subcontractor costs are controllable and negotiable. If it appears that a subcontractor fee is out of line, they can be asked to lower that fee and/or failing that, could be replaced on the project. Recommendation: Compare the IFE with the consultant's proposed budget for variances greater than 10%. (Note: Task 7.1 TTG for FIDS Design. TAC did include labor hour estimates for additional PB staff labor assuming that they would work closely beside the subcontracted consultant TTG. However, if the majority of the work is to be accomplished by TTG,then the PB labor hour estimates should be adjusted accordingly.) Travel Costs: We used information obtained from the US General Services Administration (GSA)for travel costs,including lodging,meals and incidentals and private owned vehicles (POV) allowances. No out-of-state travel is anticipated and no overnight allowances were made. All drive costs were calculated from consultant offices located in San Bernardino. We assumed forty(40) trips for two staff members from San Bernardino to Palm Springs during the course of the FIDS design project and twenty(20) trips during the R/W design. Travel expenses have been estimated to account for less than 1% of the total project. (See Direct Expense spreadsheet for Travel Assumptions and Expenses.) 09 • Page 4 December 16,2013 Recommendation: Compare the IFE with the consultant's proposed budget for variances greater than 10%. Printing Costs: Printing costs are dependent on several variables including the number of pages, color, paper size and weight, and number of copies. TAC used an estimated cost based on the information available and a reasonable cost for similar types of printing for other comparable airports projects. TAC estimated Plan Sets of 200 sheets, Specifications of 300 pages and 5+ hard copies per review (30%, 60%, 90%, 95% and 100%). Printing costs account for less than 1% of the total project. (See Direct Expense spreadsheet for Printing Assumptions and Expenses.) Recommendation: Compare the IFE with the consultant's proposed budget for variances greater than 10%. Administrative Expenses: Mail. Phones and Miscellaneous Costs: FAA guidelines require Administrative Expenses to be separated out from general overhead. Miscellaneous costs include the cost of staff and materials with such activities as website construction and maintenance, long distance phone calls, or overnight mail expenses,postage for large mail outs and similar charges. TAC estimated administrative cost expenses for this project of $7800 which is less than 1% of the total project. (See Direct Expense spreadsheet for Administrative Expenses.) Recommendation: Compare the IFE with the consultant's proposed budget for variances greater than 10%. Next Steps: 1) In accordance with FAA AC 150/5100-14D, prior to initiating any further discussions with Parsons Brinkerhoff,Inc,you(the sponsor)should sign and date the independent fee estimate(IFE) and retain it for your records. This will ensure the integrity of the process and address any inquiries from Federal,State or Local procurement officials. 2) Prepare and negotiate with the consultant. In accordance with FAA AC 150/5100-14D, TAC has been retained by you,the sponsor,for the purpose of preparing an independent fee estimate,and we may be consulted during negotiations,to clarify problem areas,but not to attend any negotiating sessions. Remember our IFE is confidential and it should not be shown to or shared with the consultant team. The IFE is strictly for your use in negotiating a fair and reasonable fee. It has been TAC's experience when sponsors negotiate with consultants;many only look to see if the Totals (Consultant Budget and IFE) are within 10% of each other. We suggest that you should also look at individual items that are more than 10%apart. We have pointed out several areas in this cover letter i.e., direct labor and travel that have been areas of significant 10 • Page 5 December 16,2013 differences in the past. For instance, if we estimated $8,000 for travel and the consultant budgeted$12,000, it would be appropriate to ask the consultant to provide justification. After the consultant has provided their reasoning, compare it to our estimate and assumptions and make your own decision.You are not bound by either the IFE or their proposed budget. 3)Finally,submit a statement to your FAA ADO Project Manager that a cost analysis was performed and it is your (the sponsor) recommendation that the FAA accept the statement and analysis as evidence of cost reasonableness.TAC as your representative may prepare the information but only YOU,as sponsor,may submit the"statement of cost analysis". The sponsor is still considered the responsible entity for the statement and conclusion. Please remember our IFE is only a tool. You are the one who must ultimately decide what you are willing to pay for the project. Consultants will try extremely hard to give you exactly what you want at a reasonable price. Good luck in your negotiations and thank you for the opportunity to provide this Independent Fee Estimate for your airport. If The Adams Companies (TAC) can be of any additional assistance, please call me at(602)708-1177. Sincerely, The Adams Companies Gary Adams President 11 ! § \ ( \ ! f } ! , ;11 2RRRRR )R##R#RRRRQR9»Re9R ROOM ye e >eneg92neeeeWMAM, §oXF MY enee III = /aaaaaaaa������y\� ]so u-. jous \ OF TIT o < { § < j } & aeew « ! p \ � � m3 /g/ Raul bb//\R\\&332/ \` /� \a ! / \ewne, reaewweaez®=saweaz " ddwee, « ®953epawwe, � z .�w « « ; ! e J• , . . , . j , \e....=, \ ' /6 � \. \ . . �® a23222©/5\/ \2 /! /® / ) �aa, « ]T 'II ee 171 e . < //Dot ////\ lull /2 \1 \i \b \ . . _ ! - � ! e : TOWN ) fB\wee©, \� .� ri.ea�== � \ \ \ § § ! | : - � tfi Jim c 98. MW ewe u© ©RGu 12 }S q l E ««$««RR «a$« ««$@$«$m m g«k«S««:«««x a««««§a«a WIN «.x b S S4e'Rdo =!d tXiR° Dims m,S'_°^'_°R»R° mR^_R: RIMIT-10. :5^»9RR° Q. iuuu t 5UM2 i'a..9EEEE»xx.. .. a g s ..a•... _8888888.... 221 R» 5� 8xx Sea xxx IS FOR _ e � $ 8or Ens I'm om...d a°°°° $° " Y ISSUEit gE 111T m s«$«««R �, - «uxuaw8as«« INE««E« « so-««« 4 aR $ IM of_ _ _ _ _ __ _ A $$ p __ : ssssxax ,,«asss -ssR«R$xa«$a$R �sxsRgxsaxe$x -as«sssas$ :.,«ss$ss :sR o s U x n ¢ Q E „ E e =xsssxy :a SEES :a Ia a a a a 2 a a .-S T RRSSxxx«s :xssxssssE :sssxxs xs a F e m d n a O c D m sac c E c 3 8 � E 8 E E E ai EE 9 `a% •c _ EE E E LL $ g qq ' eY �fr Y sy $ EY( 8ggsay pp u8 Y Y II D8,�� i E3EEE ��E g'P 42 E83n' $88g88a 8&&Hi°o 3;22Z$2eo &8rcdaM MU. N .,...gym.�. ryr��� III ��:; �ssaaaia ppppa epaaaassssppp aaiiiiii%sss sssspppsia ppasaap ap 13 Palm Springs Airport Runway Reconstruction Design and FIDS DIRECT EXPENSES Travel Rate Mail Ea noes Number I Estimated Cost Lodgiro No Overrtqht 00 .. $0 Meals and noderias(RW) 20 Meetims wth 2 Self 40,0 0 .. $720 Meals and Inadenbas(FIDS) 40 Messrs.Ast�2 Staff 8D0 R $1� Anne DD 0 $0 Mileage RW) PNate C�col Veh�(POV) 22M 0 0 $1.243 M P�als�edv �v 44000 0 32436 Was MISC a".. Number �R EsUrnated Cost Piro..,A.11 ands lies M"E*emes RW) Adftnisentive Alban. 1.0 3400 3400 10*c E nses(FIDS) Adminiontue AfloAance 1.01 1 $44W $4,4130 Itain Ea uses Number Rate Estimated Cost Geotechntcal(RW Group) Lump Sum Contrad j F s,4 AeriaAerialPWlo(GPSI) Lump Sum Wad 121! Tsisoornmu=n(L;G LU bum uontract V66urshant Produbtlon Hem Expenses Number Rate Estimated Cost 30M low set 5 $2 $1 2 20N,Plan Set 5 32 $1 2W U Plan Set 5 a $2M $1.2W Evaluabon Report 25 A $1 $2W Presentation Matonal AM. $11� Daft tons 5 a $150 $750 Daft Final Swcifi ns 5 a $1W S7W Final SpeCAi 5 a $15D $7W MF 30%180%l100Y.Plans aaISET 51 --, I ASSUMPTIONS Trin;al GSA z.11 Ye CA-w 14 WA Pa om mw ror R.mdl�IIW 1 So A-., 3 (W th,1$1051411$125,mV12 Pnvate X NM 0��z 55 m,W,,2 17 0 m,W•RT k. �T�-I�m 2-2�,s RT V%oaIA 11�, N...1�-1, (Lu $11 x to 11�..2 W WO It Subtotals Tm. = Wl fw Rw i1.3 Do Tm�wo�l f"FICA 302800 Total 588E oo fs,us MSSUMPTNINS Mail Phone Misc I jum wift-I FIDS To"! ASSUMPTIONS Subconsultants Renal PMb(OMI) to, ITa---Is-(7To, sessm Total ASSUMPTIONS *f Printing Rnv wan.-S1,25 W o—t 12W -142..a .r POl=swan .1-d H.n.n.-$1 2s d—I 9oeMe4w n1=s29oo.MbP.I=110 0. 1o%..% nI 1.% -S W . -111,--1 FIDS woo Total so 1. P 2. 14 i AMENDMENT NO. 5 TO AGREEMENT NO. 6256—AVIATION CONSULTING SERVICES PALM SPRINGS INTERNATIONAL AIRPORT THIS FIFTH AMENDMENT is made and entered into as of the 2nd day of April, 2014 (the "effective date") by and between the CITY OF PALM SPRINGS, a California I charter city and municipal corporation ("City"), and Parsons Brinckerhoff, Inc., (herein "Consultant") as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. 6256 for Aviation Consulting Services ("Agreement"), as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following on-call Consulting Services for additional resident professional services for the design services for the design services for the reconstruction of Runway 13R/31 L at the airport in an amount not to exceed $1,272,835.00; and for the development of construction design documents of the existing upgrade/replacement of the exist- ing Access Control Security System (ACCS), Closed Caption Television (CCTV), Flight Information Display (FID's) and Structured Cabling System, as described in the proposals from the Consultant, dated January 23, 2014. i Task 8 —AIP Grant 51—Runway 13R/31 L Design Services $1,272,835.45 i Task 9—AIP Grant 51-Design ACCS, CCTV, FID's Upgrades $279,910.00 2. The agreement shall allow a total project sum not to exceed $1,552,745.45 for professional services relating to the design services for the checked baggage screening at the airport. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. j [SIGNATURE PAGE FOLLOWS] I I5 -- ---------- ------ ------- - -.. ----- -- i Parsons Brinckerhoff Inc. Amendment No. 5 April 2 , 2014— Page 2 Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS a municipal corporation By: By: City Clerk City Manager APPROVED AS TO FORM: 1 By: City Attorney CONTRACTOR: Check one: Individual Partnership__Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, 1 President,or any Vice President:AND B. Secretary, Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer. By: By: Signature(notarized) Signature(notarized) Title: Title: mzzzzzwazzzzzraaa+zmzmmmazzrzzrzrz:ezzzm+zzzxz+rzsza+zirzrz>tiezzzztzazz+zazzzrzzmzmxaz+izx<+mzazzmrza State of State of County of County of On before me, On before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on basis of satisfactory evi- dence to be the person(s)whose name(s) evidence to be the person(s)whose names(s) name(s)is/are subscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/she/they and acknowledged to me that he/she/they exe- cuted the same in he/her/their authorized executed the same in his/her/their authorized capacity(is), and that by his/her/their sigma- capac@y(is), and that by hislher/their signa- ture(s)on the instrument the person(s), or the tares(s)on the instrument the person(s)or the entity upon behalf of which the person(s) the entity upon behalf of which the person(s) acted,executed the instrument. acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under j the laws of the State of California that the under the laws of the State of Cafrfornia that the foregoing paragraph is true and correct. foregoing paragraph is true and correct- WITNESS my hand and official seal. WITNESS my hand and official seal. I i Notary Signature: Notary Signature: I Notary Seal: Notary Seal: I6 PA ONY East Vanderbilt Way Suite 200 rn 8R/NCKERNOFF San 909-8 8-11 6 92408 Ph: 909-888-1106 Fnw O(10_RAIAAAd January 23,2014 Mr.Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Palm Springs,CA 92262 Re: Palm Springs International Airport: Runway 13R31L Reconstruction—Design Services Dear Mr. Nolan: Parsons Brinckerhoff (PB) is pleased to present this proposal for airfield engineering services at Palm Springs International Airport(PSP). This project will be performed under a time and materials basis with a cost-not-to-exceed Task Order under our on-call contract with PSP. The Runway 13R-31 L reconstruction design will be funded under future Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant number 03-0181-051-2014. This scope of services is within the limits of the Airport Capital Improvement Program (ACIP) project description and is based on the ACIP description, the Pavement Maintenance and Management Plan, the Draft Master Plan and discussions with Airport staff. Construction administration or construction management services will be covered by a separate cost proposal. Project Description According to the Pavement Maintenance and Management Plan, Runway 13R-31 L will require a mill and overlay reconstruction to rehabilitate the wearing course. The entire existing runway is constructed in asphalt. Runway 13R-31 L has a porous friction course(PFC)that was applied in the 1990's in a mill and overlay project. The PFC has been damaged by paint removal and is beginning to be a FOD risk. Therefore, a new grooved surface course will be constructed. Since Runway 13R-31L is the only air- carrier runway, parallel Taxiway 'C' will be remarked and lit for use as the alternate air carrier runway. After the runway project is complete, Taxiway 'C' will be converted back to a taxiway. The Runway has fifteen connector/crossing taxiways.There is approximately 2.3 million square feet of asphalt pavement to be removed or rehabilitated. This project will also retrofit LED lights and signs were possible and appropriate for this runway. This Task Order will cover the design of approximately $12,700,000 of airport construction improvements. Following is a detailed break-down of the scope of each task and a list of services. Runway 13R31L Reconstruction Design Plans The existing asphalt runway has a porous friction course (PFC) cap that was applied in the 1990's or during more recent runway extensions. A geotechnical investigation and PCI study will verify that a mill and overlay is the appropriate. If full-depth reconstruction is required, a revision to this scope and fee as well as the FAA funding levels may be required. During the initial site walk, the runway has begun to show separation in the longitudinal paving lanes at joints and has severe damage from paint removal operations in some locations. The competency of the underlying asphalt is unknown since the loose PFC can hide underlying asphalt failure and should be verified during construction if a mill and overlay is decided on. Crossing taxiways A, B, W1, C1, G, H, J, K. L will require differing levels of repair out to the RSA or recent construction limits and this will be determined during design. Over a Century of Engineering Excellence 17 The Airport has acquired environmental approval (categorical exclusion) through National Environmental Policy Act(NEPA). PB will prepare and file the California Environmental Quality Act(CEQA),which is assumed to be a Categorical Exemption. If the project is not deemed exempted by CEQA, then any extraordinary requirements from the environmental approval process may require a revision to this scope. A field topographical survey, aerial survey and geotechnical investigation will be completed prior to beginning design. The geotechnical scope of services is included as an attachment to this proposal and includes a rolling deflectometer analysis. As-built lighting, circuit layout, airfield lighting vault, control, utility and civil plans will be made available to PB to complete a basis of existing conditions. PB will analyze the runway fora Pavement Condition Index(PCI)to supplement the Pavement Maintenance and Management Plan. PB will independently perform pavement thickness design using FAARFIELD for comparison to the geoteohnical investigation. The airport will confirm aircraft counts for an aircraft mix design. Initial determinations will be provided to the airport in a Basis of Design (also called a Preliminary Engineer's Report), indicating proposed pavement sections and summarizing the project purpose, scope, calculations and studies. PB will design per the submitted preliminary Basis of Design (BOD) and direction from the Airport. Design will conform to the standards set forth by the FAA Advisory Circulars (ACs). Construction plan deliverables include traffic control, demolition, grading, paving, joint, storm drain, striping, construction phasing, construction safety, lighting, signage and erosion control plans. In addition to plans, PS will provide technical specifications,engineer's cost estimate and Basis of Design(final engineers report). Demolition plans will show the full limit of removals for pavement and utilities. The plans will indicate existing pavement type and thickness based on the geotechnical investigation and as-built plans. Utilities to be relocated/replaced will also be shown. Utility specific trenching and patching for construction of utilities will not be shown on the demolition plans. Grading plans will identify all new pavements, by type and thickness, across the project footprint. Plans will also show any adjacent off-pavement graded areas, though grading outside of the existing asphalt is not expected to occur. Grading plans will identify flowlines, ridgelines, gradebreaks and drainage structures. Fine grading will be provided in tight areas where the project joins existing pavement. Maximum and minimum slopes will be per the Advisory Circulars In aircraft movement areas. Proposed Runway centerline and edge profiles will be provided. Typical sections will also be provided. Paving and joint plans will indicate the AC paving lane directions with consideration for maximum and minimums of acceptable airfield paving. Striping plans will show all striping for the newly constructed Runway and any disturbed connector taxiways. This includes lead lines for connector taxiways and any hold bars or surface painted runway identifier signs disturbed during the project. Taxiway 'C' will require two striping plans, one to make it an alternate runway and one to return it to a taxiway. Lighting plans will show the removal and replacement of the existing Runway 13R-31L edge and threshold lights. Elevated or load-bearing flushmount runway edge lights will be installed and a new regulator will be designed accordingly. The existing system is a medium intensity 3-step Pilot Controlled Lighting so the replacement system will function in the same way. Taxiway 'B' at Runway 13R-31 L will have two Runway Guard light locations retrofitted to LED. Taxiway'C' will require two lighting plans, one to make it an alternate runway and one to return it to a taxiway. During the design, it will be necessary to reconfigure existing circuits so a revised circuit plan will be provided to the Airport under separate cover at the completion of the project. The existing lighted signage on the runway is incandescent and has been in place nearing 20 years. This project will retrofit or replace the existing direction signs with LEDs. The runway distance remaining signs will also be updated or replaced. 18 Construction phasing plans will break the project into the major components of the construction phasing. The plans will show the limits of work for each phase and the appropriate safety precautions, including low profile barricades, black-out striping and taxiway or runway closures. These plans will be coordinated with the Airport to determine the required open areas and preferred phasing. The phasing plans, in conjunction with the haul route and staging area plans will also be utilized in filing the Construction Safety Phasing Plan with the FAA. Provisions will be made to reduce the risk of incursions onto the temporary runway. Traffic control plans to coordinate City street usage will also be prepared in coordination with the City. Erosion control plans will be prepared for the project and included in the plans. A preliminary Storm Water Pollution Prevention Plan (SWPPP) and Risk Level Assessment will be determined to allow contractors to competitively bid the production and maintenance of the SWPPP. Ultimately, the Contractor will maintain the SWPPP during construction including submitting for approval to the Regional Water Quality Control Board. SMS/SRA/7460/7480-1/transitional surface analysis/runway magnetic declination analysis. Storm drain, PCC paving, and fencing plans are not expected to be a part of this project. Engineered Materials Arresting System (EMAS) as described in the master plan is not expected to be a part of this project. Realignment of connector taxiways is not expected to be a part of this project. This project will not modify the existing FAA owned PAPI or VASI except to deenergize during and deenergize after the runway reconstruction. Scope of Work A. Preliminary Engineering Services PARSONS BRINCKERHOFF will provide the following preliminary engineering services: a. Four meetings with Airport personnel to discuss special site conditions and concerns of the staff. Perform visual inspection and produce a Pavement Condition Index of the Runway pavement. Perform a visual inspection of the electrical system and vault layout and megger the airfield electrical lines- b. Assess the structural adequacy of the existing pavement along haul routes to accommodate construction equipment based on the result of the geotechnical investigation and record drawing research. Make recommendations as to construction equipment weight restrictions and specialized construction equipment requirements based on existing structural sections and subgrade soils. c. Two meetings with PSP to refine the extent of the anticipated project. d. Perform preliminary engineering for the proposed improvements including developing pavement designs and preliminary preparation of construction cost estimates. Identify all underground utilities and conduits from as-built records and other necessary components to assure the runway project meets the useful life. Make a recommendation on which alternatives to pursue; Airport will decide which alternatives to pursue. e. Prepare a preliminary Basis of Design to explain the existing condition, identify the proposed solution(s)and design alternatives, and outline the design decisions. 19 Basic Design Services PARSONS BRINCKERHOFF will provide the following basic engineering services: 1. Design Phase a. Once PSP concurs with the preliminary design and preliminary Basis of Design, PARSONS BRINCKERHOFF will prepare Contract Plans for all proposed improvements as described in the section titled "Runway 13R-31L Reconstruction Design Plans." Final plans will be provided on 22-inch by 34-inch Bond (paper)sheets as well as in electronic format(AutoCAD Civil 3D 2012). Plans for intermediate design review will be provided in printed format with one full-size set at 22"44", 4 half size at 11"x17" and one CD of PDFs". b. Prepare Specifications and Contract Documents that conform to FAA Standard Specifications and Advisory Circulars, California Public Contract Code, City of Palm Springs General Provisions, Special Provisions, and ordinances related to Airport Construction. c. Prepare detailed estimate of quantities and probable construction costs at each stage of review. d. Develop a Construction Phasing Plan with methods to address safety of Airport operations and mitigate against disruption to Airport operations, including options for simultaneous construction of the entire project. e. Develop a Construction Safety Phasing Plan to meet the requirement for FAA submittal of a safety and phasing plan that addresses the 43 item checklist currently provided by the FAA. f. Coordinate the Project with the FAA, PSP, the City of Palm Springs, and other affected parties. Prepare Special Provisions in the Bid Documents that outline limitations on the Contractor with respect to disruption of Airport operations. g. Submit one copy of check sets of full-size contract drawings and one CD of PDFs and one copy of Specifications at 50 percent and 100 percent completions for PSP and FAA review and comment. h. Provide up to one set of the Basis of Design, which summarizes the design principles applied to this project, geotechnical investigation and pavement elevation, and presents a detailed estimate of construction costs. i. Prepare one complete set of signed final Plans and Specification incorporating PSP, City of Palm Springs, and FAA review comments, including sponsor certification that the plans and specifications meet the FAA standards for the airport design. 2. Bidding Phase a. Prepare the following Bid Documents: Special Requirements and other required Contract Documents utilizing standard documents provided by both the Airport and FAA. b. Attend a pre-bid conference and site walk at the airport(one meeting). c. Respond to inquiries and request for clarification from bidders and issue addendums to the Plans and Specifications, if required. 20 d. Prepare a bid abstract and review bids for completeness and compliance. e. Prepare and provide to the FAA all final reports, summaries and closeout documentation. B. Additional Engineering Services Only if authorized in writing by PSP, PARSONS BRINCKERHOFF will furnish additional services of the following type, which will be paid for as indicated in the "Compensation for Services" section of this proposal. a. Design Taxiway 'A' shift at the Runway 31L approach if the FAA and PSP deem the connector taxiway relocation necessary. b. Designing an Engineered Materials Arresting System if the FAA and PSP deem it necessary based on the master plan. c. Convert the Runway 13R FAA owned VASI to an Airport owned PAPI. d. Provide a CATEX for the Taxiway 'A' shift at the Runway 31 L approach if the FAA and PSP deem the connector taxiway relocation necessary. e. Additional services due to changes in general scope of the project or its design, including, but not limited to, changes in size, complexity, or character of construction after the 50 percent design phase. f. Revising, redrawing, or changing designs, Plans, Specifications, Reports or other Contract Documents after they have been reviewed and approved by PSP and the FAA; unless it is a design error or omission by PARSONS BRINCKERHOFF. g. Additional or extended services during construction made necessary by 1) work damage by fire or other cause during construction; 2) acceleration of the work schedule involving services beyond normal working hours; or 3) Contractor default due to delinquency or insolvency. h. Additional services in connection with the Project not otherwise provided for in this proposal. Compensation for Services PARSONS BRINCKERHOFF will be compensated for the services described under "Scope of Work' as follows: A. For engineering services outlined in the Scope of Work, Item A, Preliminary Engineering Services and Item B, Basic Design Services, PSP will pay PARSONS BRINCKERHOFF at time and materials with a cost-not-to-exceed one million one hundred eighty thousand five hundred fifty-eight dollars ($1,180,558)which includes all labor, materials and equipment as necessary to complete the work. B. Expenses (printing, outside services, traveling, costs, and incidentals)will be reimbursed at actual cost with an estimated value of sixteen thousand one hundred ninety seven dollars ($16,197). C. For any additional services authorized in writing by the Airport, the Engineer will be compensated according to the Standard Billing Rate Schedule included as Exhibit B of the agreement. Scope and fee will be negotiated on a task-by-task basis with a time and materials amount not to exceed of seventy six thousand eighty dollars($76,080). 21 The total compensation to the Engineer under this task order is a time and materials not to exceed amount of one million two hundred seventy-two thousand eight hundred thirty-five dollars ($1,272,835). Responsibility of Palm Springs International Airport(PSP) In addition to the general obligations provided in the agreement, PSP will provide the following: • A point of contact to transmit instruction and information, receive information, and define design decisions. • Access to the project site for the Consultant's personnel, as required with a minimum 48 hours advance notice, not to exceed 40 hours. • Access to available data, drawings, "As-Built"drawings, and other information related to the project. • Review of draft documents within a reasonable amount of time and provide review comments in writing. • Protection of PARSONS BRINCKERHOFF supplied digital information or data, if any, from misuse,or changes. Schedule of completion Final documents, ready for PSP use in bidding to determine FAA funding, will be delivered to PSP by November 28, 2014. This assumes a start date of March 3, 2014, per execution of a Task Order. This schedule also assumes PSP will deliver written comments on the 50 percent design submittals within 20 working days from submittal. If PSP requires additional review time, the delivery date of the final bid documents may be extended accordingly and a revision of project design costs may be warranted. Thank you for this opportunity to be of service to you. If you have any questions, please do not hesitate to call me at(909)888-1106. Best Regards, PARSONS BRINCKERHOFF,INC. D �. S Douglas B. Sawyer Senior Vice President&Area Manager Cc: File 22 PARSONS BRINCKERHOFF PALM SPRINGS INTERNATIONAL AIRPORT AS-NEEDED AVIATION CONSULTING SERVICES Parsons Brinckerhoff, Inc. Rate Sheet Thru December 31, 2014 Raw Rate Average AR Ovhd Re Fixed Fee Average Classification Range Raw Rate Hourly Bill 157.700% 10.00% HOME OFFICE PROJECTMANAGER ($80-$90) $85 $134 $22 $241 TASK MANAGER ($80-$85) $82 $129 $21 $232 QA/QC ($95-$100) $99 $156 $26 $250 CAP SENIOR PROJECT ENGINEER ($60-$70) $69 $109 $18 $196 SENIOR ENGINEER ($60-$70) $65 $103 $17 $184 CIVIL ENGINEER ($45-$55) $49 $77 $13 $139 JUNIOR ENGINEER ($30-$40) $38 $60 $10 $108 SENIOR ELECTRICAL ENGINEER ($50-$55) $53 $84 $14 $150 SENIOR ENVIRONMENTAL ENG ($65$70) $69 $109 $18 $196 ENVIRONMENTAL ENGINEER ($4D-$45) $44 $69 $11 $125 LICENSED LAND SURVEYOR ($55-$65) $59 $93 $15 $167 UTILITIES ENGINEER ($40$50) $46 $73 $12 $130 SENIOR HYOROLOGIST/SWPPP ($45-$55) $49 $77 $13 $139 HYDROLOGISTISWPPP ($40-$50) $44 $69 $11 $125 SR.ARCHITECTURAL MANAGER ($85-$95) $93 $147 $24 $250 CAP ARCHITECT ($65-$75) $70 $110 $18 $198 SMS TECHNICIAN ($60-$70) $66 $104 $17 $187 SENIOR PLANNER ($75-$85) $82 $129 $21 $232 PLANNER ($45-$55) $52 $82 $13 $147 SENIOR CADD ($40$50) $46 $73 $12 $130 CADD ($30-$40) $37 $58 $10 $105 PROJECT ADMINISTRATION ($35-$40) $38 $60 $10 $108 ADMINISTRATIVE ASSISTANT ($20-$30) $27 $43 $7 $77 PRINCIPAL IN CHARGE ($90$100) $98 $155 $25 $255 CAP SENIORADVISOR ($85-$95) $90 $142 $23 $250 CAP Raw Rate Average AR Ovhd Ra Fixed Fee Average Hourly FIELD OFFICE Range Raw Rate 116.00% 10% Bill Rate CONSTRUCTION MANAGER ($70-$80) $80 $92 $17 $189 RESIDENT ENGINEER ($65-$75) $70 $81 $15 $166 SENIOR INSPECTOR ($55-$60) $56 $64 $12 $132 INSPECTOR ($50-$60) $55 $63 $12 $130 OFFICE ENGINEER ($35-$45) $42 $48 $9 $99 DOCUMENT CONTROL ($25-$35) $31 $36 $7 $73 SURVEY MANAGER ($55-$60) $59 $68 $13 $140 2 MAN SURVEY CREW ($100-$120) $113 $130 $24 $267 'BILL RATES ARE BASED ON AVERAGE HOURLY RATES "5%MARK UP WILL BE ADDED TO SUB-CONSULTANT COSTS "OTHER DIRECT COSTS(ODC-S)BILLED AS ACTUAL SUCH AS PRINTING COSTS, TRAVEL COSTS,SHIPPING/DELIVERY COST,ETC. 23 W �'*^�"'�i♦l�IliliES�!!!!!i!!!!i!lilii67� MEN lii!!!lililii�!�-iF➢6Z[+�.'�I T'N��!!!!i!!ltlli!!i! �I.1!!ii!!� 99 FVIMM" �m mom.-r'+n^•��_____ E____ i____!_® _____� i !!!lilNmm�� m ®Tu..„¢"171 iF]!!!!©liili/iiClliii!!!i!�'mmi�^FMNKM '*3 k3E74+�i S39 ®G^.PC'R*""tTa��li!!!!i!liliiilmiiFF]!!i!!�-� F&I ®�[iP� F3[Ii 'tr:"r^- ��!!!!©!i!!!!!S^i!!!�;')iPslli!lIEP➢�[ 7 EF']uT�ZIi.RT.'��NIiFlliilil!!!!N!Q!!!i!m!!ill��F�T-T•� rommou s ©i�"'Z•l:_W'�Il'�_.T.S�iO!!!i!i!i!!!lli;il�m!!!!!ll��Fi'ffiSi •� on F£.7f3'�©!!i!!ii!!!!! F3L "F�i•!!!liiili��== ®!i!!!!!!!f®�F7/ FED®fl!!!!i!i!! •!!ii!!I((mi!!f((f��[![l�"iF7] � rL dialslili�!!!!!!i!llerliiii�l��F�-,� _ 'r;, r:::_ ] _•J _, I :P.: a J 'xJ_:_.,s_, ,.J.v.id C"4Yi1:ii..Ar,.X.6h�L'£ .-a t.rLA"xL'�::.z.l �!(�l1.1: ., I J ... :J'. .. 7 ®[iil:...�"*'T"">•!!!!!!!!!!!lliiELl!!!!!!lli�.^�El�® m®i•!!!i!!!i!!llii�Elm li!!!==W as lilt•i!!!��lif�i!!�!!!!!!lI�FFFFN r.�i-aLx ., .:�'. .. 'x ,.";J]:.""L �.1. .._.a J .1 :.�-1Jl_ �.. Imo. ...J.:':rJ,UJ ,E1J "::J. _... .1_:'..y:L?".'%.']"§d.J._T_^�.. Iti...,.t•_.v'15-,a v PARSONS 451 E. Vanderbill Way ���/�� Suite 200 iBR/NCKERHOFF' San Bernardino,CA 92408 Main:909-808-1106 Fax: 2 1 3362-9480 January 23, 2014 Mr. Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Palm Springs, CA 92262 RE: Scope and Budget for development of construction documents for the Upgrade/Replacement of the existing Access Control, CCTV, Flight Information Display and Structured Cabling System Dear Mr. Nolan: INTRODUCTION The existing Airport Access Control (ACS), CCTV, Public Address (PA) and Flight Information Display System (FIDS) have reached the end of it service life and are becoming increasingly expensive to maintain and difficult to keep operating. The existing cabling infrastructure backbone (Structured Cabling System) is also in need of upgrade/replacement, PSP would like Parsons Brinckerhoff(PB)to develop construction documents (plans and specifications)for the upgrade/replacement of the existing ACS, CCTV, PA, FIDS and Structured Cabling Systems. The security system upgrade/replacement will be in compliance with requirements of CFR Title 49 Part 1542 -Airport Security; RTCA Integrated Security System Standard for Airport Access Control DO-230C and TSA Recommended Security Guidelines for Airport Planning, Design and Construction. The FIDS upgrade/replacement will only occur within the non-exclusive use areas. The upgrade/replacement will provide additional throughput capacity within the Terminal and help assist passenger wayfinding. SCOPE OF WORK 1.0 EXISITNG SYSTEMS DATA COLLECTION Objective: Inventory and document the existing systems, devices and cabling. Obtain information from system users and stakeholders regarding current operating conditions, interfaces, "likes and dislikes" and "nice to have" system features that could be provided via upgrade or replacement. Over a Omt ry of Enginserim Excellence 25 PARSONS BRIiNCKERNOFF Page 2 of 11 It is our understanding that the existing PSP security system includes the following: • Access Control System—Hirsch Velocity* • Access Controlled Doors—83 • Access Controlled Bag Belts—9 • Access Controlled Vehicle Gates— 12 • Access Controlled Loading Bridge Doors—8 • Perimeter Intrusion Detection System(PIDS)— Flir • CCTV Cameras— 112 • Video Analytics —Mate • Video Management System—Pelco Endura** *The system also is used to monitor input points such as PIDS, UPS Alarms, Checkpoint and Admin Duress alarms, Bag Belt PIR sensors, exit lane alarms, high temp alarms, tamper alarms, motion detector alarms and door sounder alarms. **The existing Pelco CCTV system is being replaced with Axis IP cameras and Milestone video management software. Description: The PB team will request and review existing system information provided by PSP. The PB team will conduct a site visit to document the existing systems: devices, cabling, locations, quantities, dimensions and power sources. The PB team will also be evaluating the condition of the existing system equipment and cabling to determine if it is possible to reuse. The information obtained during the site visit will be used to develop an Evaluation Report and demolition and new construction drawings. The team will schedule meetings with system users and stakeholders to document: how the systems are currently being operated, what are the system interfaces, what problems are being experienced, what features are liked, what features are disliked, what features would be nice to have, any recommendations or suggestions for equipment upgrades or operating procedures. Specific sub-tasks to be performed include the following: 1. Request existing system information from PSP. As-built drawings, equipment specifications, cut sheets, maintenance records, etc. 2. Review and analyze existing system information and exposure to data security risks. 3. Conduct a site visit to document equipment locations, conditions, quantities, cabling, power sources and interfaces. Evaluate existing system equipment and cabling to determine if reuse is possible. o Document existing Perimeter Intrusion Detection Video system and interfaces with the existing PSP security systems. Over a Century of Engineering Excellence 26 PARSONS BRI NCKERHOFF Page 3of11 o Evaluate existing access control door devices and hardware to determine if reuse or replacement is recommended. o Document locations of existing cameras and evaluate if relocation or additional cameras are recommend. o Document locations of existing FIN monitor banks and evaluate if relocation or additional monitor banks are recommended. o Document existing Public Address system and interfaces. o Document the existing operations center which will be demolished and the space turned into preflight screening space. Evaluate the existing workstations and cabling to determine if reuse or replacement is recommended. o Evaluate and document existing system equipment cabling to determine if reuse is possible or replacement is recommended. o Evaluate and document the existing structured cabling system to determine if reuse of a portion of the cabling plant is possible. Determine if there is existing capacity available to install new cabling through the existing structured cabling system raceway. o Photograph existing conditions of the system equipment and cabling. 4. Document site visit findings. This information will be used to develop an Evaluation Report. This information will also be used to develop system demolition and new construction plans. 5. Conduct meetings with system users and stakeholder to document system operation and operator comments and recommendations for changes. 6. Develop and submit a Draft Evaluation Report on the existing conditions of the systems. Report will include recommendations for upgrades/replacement, condition assessment of existing equipment or cabling and an opinion of probable construction costs to implement the recommendations. 7. Conduct a meeting with PSP personnel to review the Draft Evaluation Report. Document and incorporate review comments into a Final Evaluation Report. Over Century of Engineering Excellence 27 PARSONS BRiNCKERNOFF Page 4 of 11 Deliverables: + The Evaluation Report will include the following: o For each system, provide a description of the existing equipment and cabling. o For each system, provide a condition assessment of any equipment or cabling that could be reused. o For each system, provide a description of the existing interfaces. o For each system, provide a description of the existing operating procedures. o Description of the existing ops center and a condition assessment of the workstations. o Description of the discussions at the meetings with PSP stakeholders and system users. o Description of the state of the art system features and how those differ from the existing systems operating at PSP. o Recommendations for system upgradesireplacement. o Opinion of probable construction cost to implement the PSP-chosen recommendations. Client Requirements: + Assistance with providing the following: o Documentation and as-built information of the existing systems. o Airport personnel to assist with the site visit. Tasks to include escorting into secure areas, unlocking doors, providing ladders and removing panels to locate equipment, identifying existing system conduit and cable routing, identifying power sources and circuits feeding systems equipment. o Identification and contact information of Airport stakeholders and system users. o Alerting Airport stakeholders and system users that the PB team will be contacting them to discuss the existing systems and current operations. o Encourage Airport stakeholder and system users to participate in discussions with the PB Team. Over a Century of Engineering Excellence 28 PARSONS BRINCKERHOFF Page 5 of 11 o Provide time for Airport personnel to attend meetings with the PB team and to review and comment on the Draft Evaluation Report. 2.0 DEVELOP A PHASING PLAN Objective: Develop a plan to implement the PSP-chosen recommendations listed in the final Evaluation Report. Description: The PB Team will develop a construction phasing plan based on budget, most critical needs, project overlaps (relocation of Control Center, VIP location, etc.) and minimizing disruptions to existing Airport operations. Specific sub-tasks to be performed include the following: 1. Conduct meetings with PSP personnel to discuss budget amounts, critical needs, other current and proposed construction projects, construction efficiencies to reduce costs and minimize disruption to Airport operations. 2. Determine and evaluate options for operating the existing systems while the new systems are being installed and brought on line. Deliverables: + Draft phasing plan + Final phasing plan. Client Requirements: + Participation in discussions with the PB Team regarding the phasing plan 3.0 DEVELOP 30% CONSTRUCTION DOCUMENTS Objective: Develop preliminary design construction documents that can be utilized to plan and detail the demolition and new construction work associated with implementing the PSP- chosen recommendations of the Final Evaluation Report and Phasing Plan. Description: The PB Team will develop construction documents (drawings and a list of specifications) and an opinion of probable construction costs. Specific sub-tasks to be performed include the following: 1. Develop 30% design demolition drawings. Over Century of Engineering Excellence 29 PARSONS BR/NCKERHOFF Page 6 of 11 2. Develop 30% new construction drawings. 3. Develop a list of applicable specifications. 4. Develop a preliminary design opinion of probable construction costs. 5. Submit the 30%documents to PSP for review and comments. 6. Schedule a 30% design review meeting with PSP stakeholders to review the documents and receive comments. 7. Conduct a site visit during the design review meeting trip to verify existing conditions and obtain site information needed to increase the detail of the construction documents. Client Requirements: + Provide Airport personnel to assist with the site visit. Tasks to include escorting into secure areas, unlocking doors, providing ladders and removing panels to locate equipment, identifying existing system conduit and cable routing, identifying power sources and circuits feeding systems equipment. + Provide time for Airport personnel to attend meetings with the PB team and to review and comment on the 30% design documents. + Provide electronic CADD backgrounds of the Terminal, Airside and Landside. Deliverables: + 30% design documents provided in electronic form. PDFs, Excel spreadsheets and Word Documents. PSP will be responsible for printing the 30%design documents. a Documentation of discussions at the 30% design review meeting. + Responses to Airport 30% design review comments. 4.0 DEVELOP 90% CONSTRUCTION DOCUMENTS Objective: Develop design construction documents that can be utilized to plan and detail the demolition and new construction work associated with implementing the PSP-chosen recommendations of the Final Evaluation Report and Phasing Plan. Description: The PB Team will develop construction documents (drawings and specifications) and opinions of probable construction costs. Specific sub-tasks to be performed Include the following: Over a Century of Engineering Excellence 30 PARSONS BR/NCKERHOFF Page 7 of 11 1. Incorporate 30% design review comments. 2. Develop 90% design demolition drawings. 3. Develop 90% new construction drawings. 4. Develop 90% set of applicable specifications. 5. Develop a 90% design opinion of probable construction costs. 6. Submit the 90% documents to PSP for review and comments. 7. Schedule a 90% design review meeting with PSP stakeholders to review the documents and receive comments. 8. Conduct a site visit during the design review meeting trip to verify existing conditions and obtain site information needed to increase the detail of the construction documents. Client Requirements: + Provide Airport personnel to assist with the site visit. Tasks to include escorting into secure areas, unlocking doors, providing ladders and removing panels to locate equipment, identifying existing system conduit and cable routing, identifying power sources and circuits feeding systems equipment. + Provide time for Airport personnel to attend meetings with the PB team and to review and comment on the 90% design documents. Deliverables: + 90% design documents provided in electronic form. PDFs, Excel spreadsheets and Word Documents. PSP will be responsible for printing the 90% design documents. + Documentation of discussions at the 90% design review meeting. + Responses to Airport 90% design review comments. 5.0 DEVELOP 100% CONSTRUCTION DOCUMENTS Objective: Develop construction documents that can be utilized to obtain bids and construction permits for the demolition and new construction work associated with implementing the PSP-chosen recommendations of the Final Evaluation Report and Phasing Plan. Over a Century of Engineering Excellence 31 PARSONS BRINCKERHOFF Page 8 of 11 Description: The PB Team will develop construction documents (drawings and specifications) and opinions of probable construction costs. Specific sub-tasks to be performed include the following: 1. Incorporate 90% design review comments. 2. Develop 100%design demolition drawings. 3. Develop 100% new construction drawings. 4. Develop 100% set of applicable specifications. 5. Develop a final design opinion of probable construction costs. 6. Submit the 100% documents to PSP. 7. Provide FAA closeout documentation. Client Requirements: + Printing the 100%design documents. Deliverables: + 100% design documents provided in electronic form. PDFs, Excel spreadsheets and Word Documents. PSP will be responsible for printing the 100% design documents. 6.0 CONSTRUCTION RELATED SERVICES Objective: Support the construction efforts by responding to design related questions, documenting changes, reviewing submittals and performing construction site visits. Description: The PB Team will respond to contractor Requests For Information, document and facilitate changes, review shop drawing submittals and make site visits during construction to observe the installation and document any discrepancies observed during the site visit. The PB team will also make a final site visit at the end of construction just before final completion to witness the operation of the systems and develop a punch list of items observed not to be in compliance with the requirements of the construction documents. Specific sub-tasks to be performed include the following: OvwaCantury of Engineering Excellence 32 PARSONS BRINCKERHOFF Page 9 of 11 1. Respond to up to 100 Contractor RFIs. 2. Develop up to 2 change orders. 3. Review up to 2 shop drawing submittals. 4. Conduct 2 site visits during construction. Submit a report of our observations. 5. Conduct a final site visit just before substantial completion to witness operation of the systems and develop a punch list of items observed not to be in compliance with the requirements of the construction documents. Client Requirements: + NA Deliverables: + Written responses to RFIs • Construction Document for up to 2 change orders • Review change order pricing from Contractor for up to 2 change orders • Written review responses to shop drawings + Field reports from site visits. Compensation for Services PARSONS BRINCKERHOFF will be compensated for the services described under'Scope of Work' as follows: A. For engineering services outlined in the Scope of Work, Task 1.0 Existing Systems Data Collection, Task 2.0 Develop a Phasing Plan, Task 3.0 Develop 30% Construction Documents, Task 4.0 Develop 90% Construction Documents, Task 5.0 Develop 100% Construction Documents, and Task 6.0 Construction Related Services, PSP will pay PARSONS BRINCKERHOFF a lump sum of two hundred sixty eight thousand, four hundred ten dollars ($268,410)which includes all labor, materials and equipment as necessary to complete the work. B. Expenses (printing, outside services, traveling, costs, and incidentals) are not included in the lump sum estimate and will be reimbursed at actual cost with an estimated value of eleven thousand five hundred dollars ($11,500). Over a Century of Engineedng Ezcerrence 33 PARSONS BRINCKERHOFF Page 10 of 11 C. For any additional services authorized in writing by the Airport, the Engineer will be compensated according to the Standard Billing Rate Schedule included as Exhibit B of the agreement. Scope and fee will be negotiated on a task-by-task basis. The total compensation to the Engineer under this task order is the lump sum amount of two hundred seventy nine thousand, nine hundred ten dollars($279,910). Responsibility of Palm Springs International Airport(PSP) In addition to the general obligations provided in the agreement, PSP will provide the following: • A point of contact to transmit instruction and information, receive information, and define design decisions. • Access to the project site for the Consultant's personnel, as required with a minimum 48 hours advance notice, not to exceed 40 hours. • Access to available data, drawings, "As-Built" drawings, and other information related to the project. • Review of draft documents within a reasonable amount of time and provide review comments in writing. • Protection of PARSONS BRINCKERHOFF supplied digital information or data, if any, from misuse, or changes. Thank you for this opportunity to be of service to you. If you have any questions, please do not hesitate to call me at (909) 888-1106. Sincerely, Over Century of Engineering Excellence 34 PARSONS BRINCKERNOFF Page 11 of 11 PARSONS BRINCCKERHOFF, INC. i `) Y , S � Douglas B. Sawyer Senior Vice President& Area Manager Enclosure: Task 1 through 3 Budget Spreadsheets cc: S. Witthaus, C. McCormick, File Over a Century of Engineering Excellence 35 PARSONS BRINCKERHOFF PALM SPRINGS INTERNATIONAL AIRPORT AS-NEEDED AVIATION CONSULTING SERVICES Parsons Brinckerhoff, Inc. Rate Sheet Thru December 31,2014 Raw Rate Average AR Ovhd Re Fixed Fee Average Classification Range Raw Rate Hourly Bill 157.700%. 10.00% HOME OFFICE PROJECT MANAGER ($80490) $85 $134 $22 $241 TASK MANAGER ($80$85) $82 $129 $21 $232 QA1QC ($95$100) $99 $156 $26 $250 CAP SENIOR PROJECT ENGINEER ($60$70) $69 $109 $18 $196 SENIOR ENGINEER ($60$70) $65 $103 $17 $184 CIVIL ENGINEER ($45•$55) $49 $77 $13 $139 JUNIOR ENGINEER ($30-$40) $38 $60 $10 $108 SENIOR ELECTRICAL ENGINEER ($50-$55) $53 $84 $14 $150 SENIOR ENVIRONMENTAL ENG ($65-$70) $69 $109 $18 $196 ENVIRONMENTAL ENGINEER ($40-$45) $44 $69 $11 $125 LICENSED LAND SURVEYOR ($55-$65) $59 $93 $15 $167 UTILITIES ENGINEER ($40-$50) $46 $73 $12 $130 SENIOR HYDROLOGIST/SWPPP ($45-$55) $49 $77 $13 $139 HYDROLOGISTISWPPP ($40-$50) $44 $69 $11 $125 SR.ARCHITECTURAL MANAGER ($85-$95) $93 $147 $24 $250 CAP ARCHITECT ($65-$75) $70 $110 $18 $198 SMS TECHNICIAN ($60-$70) $66 $104 $17 $187 SENIOR PLANNER ($75-$85) $82 $129 $21 $232 PLANNER ($45-$55) $52 $82 $13 $147 SENIOR CADD ($40-$50) $46 $73 $12 $130 CADD ($30-$40) $37 $58 $10 $105 PROJECT ADMINISTRATION ($35-$40) $38 $60 $10 $108 ADMINISTRATIVE ASSISTANT ($20-$30) $27 $43 $7 $77 PRINCIPAL IN CHARGE ($90-$100) $98 $155 $25 $255 CAP SENIOR ADVISOR ($85$95) $90 $142 $23 $250 CAP Raw Rate Average AR Ovhd Re Fused Fee Average Hourly FIELD OFFICE Range Raw Rate 115.00% 10% Bill Rate CONSTRUCTION MANAGER ($70$80) $80 $92 $17 $189 RESIDENT ENGINEER ($65-$75) $70 $81 $15 $166 SENIOR INSPECTOR ($55-$60) $56 $64 $12 $132 INSPECTOR ($50$60) $55 $63 $12 $130 OFFICE ENGINEER ($35$45) $42 $48 $9 $99 DOCUMENT CONTROL ($25-$35) $31 $36 $7 $73 SURVEY MANAGER ($55-$60) $59 $68 $13 $140 2 MAN SURVEY CREW ($100-$120) $113 $130 $24 $267 'BILL RATES ARE BASED ON AVERAGE HOURLY RATES '5%MARK UP WILL BE ADDED TO SUB-CONSULTANT COSTS 'OTHER DIRECT COSTS(ODC'S) BILLED AS ACTUAL SUCH AS PRINTING COSTS, TRAVEL COSTS,SHIPPING/DELIVERY COST, ETC. 36 lip,1 llllll 00000000100 Noll 0000000�1000001'000000000000100000000001000000011 j _I 11111111111Jill 711111111111111111111llllill 11111111111111111111 �@ 111111111111111 '1111111111I 1111111�111111 411111111111 .111111111 �V111101111111111 111I11111IIIII I111II 11111111111111111111111111 !!@ '1I1111I11 IIIII '1IIIIIIIII111iJIIIIIIIIIl11111I111I1111`IIIIIIIII . 1111111111, 11111111111111111111; 111111111111111111111111111111111 _I 111111111: 111111 :11111111111III, 1111111 III 111111111111111111111F @ '111111111'IIIIIFill 1111111illp 111111111 @'lllllllll '111111-1 INI111111IIU IIII1111111111III111111 '111111111 !!1 Jill 11111111III llllllilllllll lllllllllllli 11111111111 :111111111 . = ' �111111111111111111111111111111" 111111111111111111111111111111111 @_111111111111111 11111111111111°'11I111111111111111111111 II1111111 °111111111 `11111111111111111111 '1111111111111 111111111111111Hill @ "111111111111111 IIIII111111111�1111111111111 11111111111111111111 @ '101111III 11111111111111111111"I1I111II11IIiv11I11111I11 'I11II1111 . ! 1 Illilllil llllll 11111111111111111111111JIM II111111111111111111 : �1 111111111111111 IIIIIIIIIIIIII 111111111111111111111111 .111111111 . @ ,111111111111111 T11111111111111,1111111111 Nil'11111111111111111111 ' �C 111111111 `11111111111111111111�IIIIIIIIIIIIi '11111111111111111111 !!I 11111111111111111111111111111 :Illllllllllli_IIIIIIIIIII 111111111 �I°IIIIIIIIIIIIIII 'IIIIIIIIIIIIII 'IIIIIIIIIIIIIIIIIIIIINI;1111111111 160960699L00000100000000000111:000000600@1@1000008000@1600600011-