Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
7/11/2012 - STAFF REPORTS - 2.N.
���YpLM Spy .y V N k k �C09>O[P1ED\� kk "41F'""NP CITY COUNCIL STAFF 'REPORT DATE: July 11, 2012 CONSENT AGENDA SUBJECT: Contract Award from SOQ 03-12, Airport Professional Services As- Needed Consulting Contract with Parsons Brinckerhoff'',Aviation. FROM: David H. Ready, City Manager BY: AIRPORT DEPARTMENT SUMMARY This action will award a five year "as-needed" professional services icontract to Parsons Brinckerhoff Aviation for projects at Palm Springs International Airport. RECOMMENDATION: 1. Award contract to Parsons Brinkerhoff for "as-needed" airport project professional services including engineering, architectural, construction management, planning, environmental and other aviation specific expertise as required over a term not to exceed five years beginning August 1, 2012. 2. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS The Federal Aviation Administration mandates that grant funded commercial service airports, of which Palm Springs International qualifies, conduct an open solicitation every five years for the purposes of selecting and hiring a qualified architectural, engineering, and planning consultant having proven experience in airport projects. The City's current airport consulting firm is Reynolds Smith & Hill and that contract ends at the conclusion of the airport's security fencing project currently underway. In compliance with the Federal Aviation Administration mandate t© have an open and qualified selection of a new consultant, the Procurement Division i conducted a formal Statement of Qualifications (SOQ) 03-12 process that commenced)on March 27, 2012. The solicitation was posted to the City's website, directly sent to twelve (12) firms, and advertised in The Desert Sun and a national Aviation trade journal', The City received five (5) submittals and after careful review by an Evaluation Committee consisting of ITEM NO. 0�N City Council Staff Report July 11, 2012 -- Page 2 Contract Award- Airport Professional Services Consulting Contract SOQ No. 03-12 Airport Management, Airport Commissioners, and a nationally ',recognized Airport industry engineering consultant, they unanimously selected Parsons Brinckerhoff as the highest ranked firm and commenced with contract negotiations. Aside from being nationally recognized with extensive experience in the field of airport projects, this firm has a proven track record of similar projects in Southern California, maintains a large contingent of staff within an hour's drive of Palm Springs, and has staff with previous experience with projects at the Palm Springs International Airport. This "as-needed" agreement establishes hourly rates for all disciplines provided by Parsons Brinkerhoff and will serve as the basis for contracts on future airport projects over the course of the next five years. As each airport project materializes, staff will negotiate the level of effort scope in accordance with FAA guidelines, and the contracted hourly rates contained here will then be applied to formulate the total contract amount. Project costs will be certified by an independent fee estimator to ensure that all professional engineering, architectural, planning or other airport project specific disciplines are FAA approved and remain eligible for grant funding if available. FISCAL IMPACT Fees paid to Parson Brinkerhoff for airport related project professional services will come from the Airport's enterprise fund. Each project will be independently presented as they develop to the Airport Commission for ratification and then to the City Council for final approval. Ak Thomas4olan, Executive Director, Airport David H. Ready, nager Attachment: Agreement 02 PROFESSIONAL SERVICES AGREEMENT As-Needed Aviation Consulting Services Palm Springs International Airport THIS PROFESSIONAL SERVICES AGREEMENT ( "Agreement") is entered into, and effective on July 11, 2012, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and PARSONS BRINCKERHOFF, Inc., a California corporation ("Consultant"). City and Consultant are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A. City has determined that there is a need for general, non-exclusive, as-needed Aviation Consulting Services inclusive of Engineering Design, Architectural Design, Environmental, Planning, Project and Construction Phase Management Services, and other Aviation Consulting Services, including without limitation the Scope of Services generally described in the City's Request for Statements of Qualifications SOQ 03-12, dated March, 2012 ("SOQ") (Exhibit "A" to this Agreement), (collectively the "Aviation Consulting Services") as may be required from time to time for the Palm Springs International Airport("Project"). B. Consultant has submitted to City signed, original proposal submitted to the City ("Consultant's Proposal") (Exhibit `B" to this Agreement) to provide the Aviation Consulting Services to City for the Project under the terms of this Agreement. Consultant is ready, willing, and able to provide the services the City desires, perform all Aviation Consulting Services necessary or appropriate for the Project, and meet the City's expectations as described in these Recitals and in the SOQ. C. The City desires to have the Project designed and developed in an integrated, functional, and attractive way so that the operational goals of the City can be achieved while ensuring that the Project will be an environmental, cultural, social, and governmental benefit to the City. D. Consultant represents that it is regularly and appropriately licensed to practice architecture and/or engineering in the State of California and is qualified and expert in all respects to provide the required and desired Aviation Consulting Services and that its officers and employees are sufficient in number and posses the knowledge, experience, and character necessary to qualify them individually as expert for the particular duties they are to perform. E. City desires to retain Consultant to provide the Aviation Consulting Services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: 1 Revised: 07/01/2011 03 AGREEMENT 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "C" (the "Services" or "Work"). As provided in the SOQ, the specific services are subject to definition and assignment by the City from time to time over the term of the Agreement. As each service is defined and assigned to Consultant, the task will be included as Services or Work and the compensation and schedule of performance for such services and shall be made a part of the Agreement, and shall be deemed attached to this Agreement as part of the Scope of Services, Compensation, and Schedule of Performance and incorporated by reference. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the SOQ; and, (4) the Consultant's Proposal, (collectively referred to as the "Contract Documents"). The SOQ and the Consultant's Proposal are incorporated by reference and are made a part of this Agreement. All provisions of the Scope of Services, the SOQ, and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (I")the provisions of the Scope of Services; (2"d)the provisions of the SOQ; (3`d) the terms of this Agreement; and, (4d') the provisions of the Consultant's Proposal. 1.3 Compliance with Law. Consultant shall prepare all plans, specifications, and estimates for the services or work, and observe the work of construction to ensure the work is performed in compliance with the plans, specifications, and estimates. The Consultant shall ensure and warrant that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. 1.4 Licenses, Permits, Fees, and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreementl any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and 2 Revised: 07/01/2011 04 arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement. Consultant shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) will thoroughly investigate and consider the Scope of Services to be performed, (b) will carefully consider how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. 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. 1.6 Employees and Consultants. The Consultant shall retain, at its sole cost and expense, personnel who are properly skilled in various aspects of the design and construction of the Project, including employees and third party engineers, consultants, and technicians. The Consultant shall retain personnel to perform, among other services, civil engineering, structural engineering, mechanical engineering (including both HVAC and plumbing), electrical engineering, landscape architecture, communications, essential facilities design, traffic engineering and such other specialized engineering and consulting services as are required for the design and construction of the Project. 1.7 Performance Standard. Consultant agrees to perform all services under this Agreement (i) in an expeditious, expert, and professional manner; (ii) in accordance with the highest and best standards of professional skill; and (iii) in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. Except as may be otherwise expressly provided in this Agreement, City and Consultant agree that Consultant shall not be exonerated or relieved from liability or responsibility by reason of the fact that City has reviewed, approved, or accepted any design or specifications prepared or recommended by Consultant in connection with the design of Project. 1.8 Correction of Errors. The Consultant at its own expense shall provide such services as may be necessary to correct errors, omissions, or conflicts which may occur in the design documents prepared by the Consultant or in the performance of services under this Agreement and which are the fault or responsibility of the Consultant or Consultant's Consultants, of every tier. 1.9 Accuracy of Plan. The Consultant expressly warrants all plans, drawings, specifications, and other design documents furnished for the Project will be fully sufficient, complete, and accurate in all respects and warrants that such plans, drawings, and specifications will fulfill and be fit in all respects for the purpose for which they are intended by the City. 3 Revised: 07/01/2011 05 1.10 City Acceptance. Any and all consents, approvals, or acceptances of the City which may be required under this Agreement must be in writing in order to be effective. 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 complete plans, drawings, and specifications for the Project. 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 accurate and complete plans, drawings, and specifications in accordance with the highest and best professional skill, consistent with its obligations pursuant to this Agreement. 1.11 Responsible for Ouality and Accuracy. The Consultant shall be responsible for the professional quality, technical accuracy, and the coordination and adequacy of all designs, drawings, specifications and other services furnished under this Agreement. The Consultant shall, without additional compensation, correct or revise any errors or deficiencies in such designs, drawings, specifications, and other services. The Consultant shall be fully responsible for any and all costs, including any delay damages, incurred by the City as a result of any error or omission in the designs, drawings, and specifications for the Project. Neither the City's review, approval, acceptance of, nor payment for, the services 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 unsatisfactory or 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. If the Consultant is comprised of more than one legal entity, each such entity shall be jointly and severally liable thereunder. 1.12 Public Agency Approvals. The Consultant shall assist and cooperate with the City's Contract Officer in applying for and securing all required approvals from public agencies having jurisdiction over the Project. The Consultant shall provide in a timely manner all documentation, drawings, plans, and specifications and such other materials as the City or Contract Officer may request to secure such approvals. 1.13 Cooperation. Consultant agrees to cooperate with, and coordinate Consultant's and Consultant's consultants' services with those services provided by the City's Contract Officer. 1.14 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 4 Revised: 07/01/2011 06 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by reference. As each service or services (or work or works) is added to the Scope of Work as described in Section 1.1 of this Agreement, the Maximum Contract Amount for each such service or work shall be specified by the City and acknowledged by Consultant and included in the Scope of Work for such service or work. Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation. The maximum amount of city's payment obligation under this section is the amount specified in for each defined and assigned service or work as provided in this Agreement. If the City's maximum payment obligation''is reached before the Consultant's Services hereunder are completed, Consultant shall complete the service or work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, Consultant shall submit to the City an invoice for services rendered prior to the date of the invoice. The invoice shall be in a form approved by the City's Finance Director and must be submitted no later than the tenth (10) working day of such month. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Amendments. Notwithstanding the provisions of Section 2.1 of this Agreement, in the event any of the following circumstances, the Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily fumished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and conting nt upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such 5 Revised: 07/01/2011 07 appropriations are not made, the City may in its sole discretion terminate this Agreement without penalty to the City notwithstanding any other provision of this agreement to the contrary. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. As each service or services (or work or works) is added to the Scope of Work as described in Section 1.1 of this Agreement, a Schedule of Performance for such services or work shall be identified and included as part of the Scope of Work for such services or work. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the such Schedule of Performance. 3.2 Schedule of Performance. Consultant shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the Contract Officer shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted) if Consultant, within ten, (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include, but are not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused. Consultant's sole remedy shall be extension of the Agreement under this section. 3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed five (5) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare,the period of notice shall be such shorter 6 Revised: 07/01/2011 08 time as may be determined by the City. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. Consultant may terminate this Agreement, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Mr. Chuck McCormick, Project Manager for Parsons Brinckerhof£ It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or the City Manager's designee ("Contract Officer"). Consultant shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Consultant shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest in this Agreement may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this 7 Revised: 07/01/2011 09 Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Consultant a City employee. A. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not have any authority to bind City in any manner. This includes the power to incur any debt, obligation, or liability against City. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary„ taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Consultant's performance of Work under this Agreement, including Consultant's agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an 8 Revised: 07/01/2011 10 increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification under (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services under this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the terms of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If 9 Revised: 07/01/2011 1 Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned,non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self- insured retentions in excess of $10,000, and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant under this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or 10 Revised: 07/01/2011 12 applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement(e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any parry will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten(10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other 13 11 Revised: 07/01/2011 requirements, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impair the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right(but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 14 12 Revised: 07/01/2011 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract Na" or 'for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract Na" or 'for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named" Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually "Indemnified Party'; collectively"Indemnified Parties") against any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials, officers, employees, agents and volunteers. B. The Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this 13 Revised: 07/01/2011 1. 5 Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in paragraph C of this sub-section 6.1 in favor of the Indemnified Parties. In addition, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. C. To the fullest extent permitted by law, Sub-Contractor shall defend (at Sub-Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs,judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's and Sub-Contractor's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Sub-Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Sub-Contractor's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Sub-Contractor's indemnification obligation or other liability under this Agreement. Sub-Contractor's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Accountim Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Consultant acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Consultant is providing design services, Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if 14 Revised: 07/01/2011 16 Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. 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 the termination of this Agreement. Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Consultant fails to secure such assignment, Consultant shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The 1. 7 15 Revised: 07/01/2011 terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. If the Contract Officer determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, the Contract Officer shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, the Contract Officer shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the 16 Revised: 07/01/2011 18 same default or any other default by the other Parry. 8.6 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against' patent or copyright infringement, statutory or otherwise: 17 Revised: 07/01/2011 19 A. It is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at.Consultant's expense for the defense of same; and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. Consultant shall not be obligated to indemnify City under any settlement that is made without Consultant's consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or(iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager& City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 With copy to: Executive Director, Palm Springs International Airport 3400 E. Tahquitz Canyon Way Palm Springs, California 92262 18 Revised: 07/01/2011 20 To Consultant: Mr. Chuck McCormick Parsons Brinkerhoff 451 E. Vanderbilt Way, Suite 200 San Bernardino, California 92408 Telephone (909) 888-1106 10.3 Integrated Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 21 19 Revised: 07/01/2011 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: David H. Ready City Manager APPROVED AS TO FORM: ATTEST By: By: Douglas C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board,President,or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: Check one_Individual_Partnership_Corporation Address By By Signature(Notarized) Signature(Notarized) 20 Revised: 07/01/2011 22 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On before me, pap —� Hoe Nserl Names TNe gi Um 4XIM personally appeared rWmele16151gior(q who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he(sheAhey executed the same in hisitherAh&authorized capacity(iss),and that by hisrlher/thelir sgrrii t (s)on the Instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the Instnanertt. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ape, Signature swg�.augu�v wpx .-- OP770NAL Through the information below is not regared by law,If may prove vaWabte to persons p;"*on the document and rvud prevent fraudulent removal and readachment of this loan to another document Description of Attached Document Title or Type of Document: Document Date: . ------Number of Pages: Signer(s)Other Than Named Above: ______ Capaclty(les)Claimed by Signer(s) Signer's Name: Signer's Name: 0 lndividual ❑Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Tnle(s): 0 Partner—Cl Limited ❑General ❑Partner—J Limited C General J attorney in Fact Top of mgRn ne,- [I Attorney in Fact Tga amb porn J Trustee D Trustee El Guardian or Conservator ElGuardian or Conservator I J Other. ❑Other. Signer Is Representing: Signer Is Representing: ®aXn W9anlrbpry Ax«iatlog+Wso oe soto xcPA.Bxzcol.awmwrcn.Co.etst s2ace.wuw.NeemaNwma9 pwn9�7r aemkn CetlTdbrrttiEoo-B]e88M 2J 21 Revised: 07/01/2011 EXHIBIT "A" E PAIM v C_ ` Cgllr�RN\P . CITY OF PALM SPRINGS, CALIFORNIA REQUEST FOR STATEMENTS OF QUALIFICATIONS No. 03-12 FOR AS-NEEDED AVIATION CONSULTING SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT March 2012 City of Palm Springs Divsions of Procurement and Contracting 3200 East Tahquitz Canyon Way P.O. Box 2743 Palm Springs, CA 92263-2743 (760) 323-8237 720669.1 24 EXHIBIT "B" CONSULTANT'S PROPOSAL 25 720669.1 451 East Vanderbilt Way PARSONS Suite 200 BR/NCKERHOFF San :909- 88-1 CA 92408 Main:909-888-1106 Fax: 909-889-1884 www.pbworld.com April 26,2012 Mr.Craig Gladders,C.P.M,Procurement and Contracting Manager City of Paint Springs Division of Procurement and Contracting 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 RE:Request for Qualifications(RFQ)No.03-12 for As-Needed Aviation Consulting Services for Palm Springs International Airport Dear Mr.Gladders, As a key component in the City of Palm Springs(City)local tourism,it is important to give the travelers a first class experience at Palm Springs International Airport(PSP)that will go hand-in-hand with what the City has to offer them via their world- class resorts and spas.With PSP experiencing record traffic levels each month,it is imperative to have an airport that has capacity and convenience to accommodate these travelers.In order to accommodate the continuing growth and to provide the travelers with a great experience,the City has developed an airport capital improvement program(ACIP)that will address these issues and is seeking a firm that can provide on-call architectural,engineering,planning,environmental and construction services for a five-year contract.The Parsons Brinkerhoff team is the right firm for the job and will provide PSP with these resources and skills needed to successfully execute each task order. Parsons Brinkerhoff has over 70 years of continuous airport experience,currently working for 10 airport clients in Southern California alone.Over the years that followed,Parsons Brinkerhoff has provided architectural,engineering,planning/ environmental and construction management(CM)services to more than 200 general aviation(GA)and commercial airports in California and around the nation.Locally,we have provided similar on-call services to Palm Springs International (PSP),San Bernardino County Airport,San Bernardino International Airport(SBIA),Long Beach Municipal(LGB),Los Angeles World Airports(LAWA),Los Angeles International(LAX),Ontario International(ONT)and Bob Hope(Burbank) Airport(BUR). Parsons Brinkerhoff has enjoyed a positive presence in the City for more than 35 years.We were the City's aviation consultant in the past and have provided on-call services for more than 10 years from 1975 to 1985,a key decade in its expansion.Parsons Brinkerhoff led the design and construction of taxiway and roadway improvements,pavement construction,airfield lighting and signage improvements,and security fencing,most of which are still in use today. The Parsons Brinckerhoff team was carefully assembled to be a responsive and streamlined extension of the PSP staff, facilitating rapid mobilization and the ability to initiate and produce numerous task order assignments simultaneously.We have reviewed the current workload and availability of our team members and have determined that we have more than ample capacity to meet the City's needs and expectations associated with this on-call contract.We have the skills,knowledge and experienced personnel to solve traditional and non-traditional architectural,engineering/design challenges for the City through innovative and sustainable solutions.Following is a summary of the reasons why Parsons Brinckerhoff is the right choice for this on-call contract: The right project management team:Our proposed project manager,Chuck McCormick is a proven project manager with experience at a majority of Southern California airports including SBIA,LGB,BUR,San Bernardino County Airports,and CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation FINUTSONS Consulting Services for Palms Springs International Airport 26 1 SECTION A Cover Letter LAWA.With San Bernardino County Airport,we have managed dozens of successful Client References task orders at their six airports.He is a 20-year FAA veteran and licensed pilot - -- who brings an in-depth understanding of current airport regulations and a user's San Bernardino County Airports perspective to this project.Chuck's familiarity with the FAA and airport design Mr.Jomes Jenkins, Director of the requirements will streamline the design scope to position PSP favorably in applying Avp rt,San Bernardino County Airport for future FAA AIP grant funding.Chuck will be supported by Jim Imbiorski,our 777.E.Rialto Avenue proposed senior advisor.Jim has more than 30 years of Southern California airfield San Bernardino,CA 92408 experience and has served in various capacities supporting FAA-AIP projects for the Phone:(909)387-8810 - PSP,LAX,ONT and SBIA.He has a long standing history with the City and PSP,as he - was the project manager for our first on-call aviation consulting contract at the City Long.Beach Municipal Airport for PSP.Jim led the design and construction of multiple airport projects including Rachel Korkos,Lead Civil Engineer, the complete lighting system for the taxiways and runways,four miles of security Long',Beach Airport; fencing,pavement rehabilitation of all runways,taxiways,and ramps,including the 4100E.Donald Douglas Drive;Floor 2,Long Beach,CA 90808 two new gates at the terminal and the development of FAA specifications for re-use Phone:(562)570-2620 of existing asphalt pavements to be used as base material for cost savings.From this work,Jim has gained extensive knowledge about PSP's history and has built-up and San Bernardino International maintained strong ties within this community.Supporting Chuck and Jim is a local AI0 team of aviation experts who,similar to their leaders,have decades of experience at Mr. Mike Burrows, Director Valley local Southern California airports. Development Agency 294 S.Leland Norton Way Depth of resources:Our team can provide all of the services request in the RFQ San Bernardino,CA 92408. Scope of Work.With a 75-person full-service office and the home of our west aviation Phone:(909)382-4100 x 102 practice,we are within 45 minutes of PSP and will be fully responsive to your needs. Locally,we have more than 325 staff within our Southern California offices and an overall staff of 700 in California along with over a staff of over 70 in located in San Bernardino,approximately 45 minutes from PSP.Parsons Brinckerhoff has the depth of resources to efficiently handle any airside and landside project.In addition to our resources,we have added eight subconsultant firms,three of which are disadvantaged business enterprises(DBE) to provide supplemental support as well as two family companies,Heery International and Balfour Beatty Construction Services. Innovative solutions to provide cost savings:Since 1991,Parsons Brinckerhoff staff has performed more than 200 airport projects successfully in Southern California.Five of those projects generated client savings of more than$1 million through innovation,value engineering and a common-sense approach to airfield improvements. All members of the Parsons Brinckerhoff team are excited by and well-suited for the anticipated projects for the City/PSP. We want to help you attain all project goals within the five-year term with maximum speed,quality and efficiency.As the Inland Empire's Area Manager,Parsons Brinckerhoff has authorized me to submit this SOQ along with my personal pledge to work closely with the City and PSP leaders to build a stronger,safer and sustainable airport system.If you have any questions about our submittal,please feel free to call either Chuck McCormick or me at(909)888-1106. Sincerely, Parsons Brinkerhoff,Inc. Douglas B.Sawyer Senior Vice President/Inland Empire Area Manager © AWWOW CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation Consulting Services for Palms Springs International Airport 2q 7 SECTION B Firm Information History and Structure of the Firm Parsons Brinkerhoff is a corporation registered in the state of New York and a wholly-owned subsidiary of Balfour Beatty, plc.Below is a depiction of our corporate organization,Exhibit 1,and our local California organization,Exhibit 2. Exhibit 1, Corporate Structure ExecutivePresident and Chief Parsons George Pierson TransportationPresident Greg Kelly - r. . . = Cliff Eby David Earley ChffEby Northeast-BerniencNeflly Garry Nunes MidAtlamic-KenaTaura South-Charlie Henderson Central-John Trotta Northeast-Jared Smith California-Ron Hanje Mountain-Samgso. Civil. Structural Traffic and ITS. Arch and Building Planningand i Environmental Judy Jones Anita Macaluso Kim Marshall - Len Rattigan ---------------- Paul Skoutelas' - Wie Rosica - DavidVanamau.- Tolls/D&M/Aviadou CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation PARSOM Consulting Services for Palms Springs International Airport /OFF 28 SECTION B Firm Information Exhibit 2, Local Structure Firm Information California Regional Firm Name: ManagerBusiness Parsons Brinckerhoff Ron Hartje ' Address:- 451 East Vanderbilt Way • . - -. . Suite 200 San Bernardino, CA 92408 Doug Sawyer Bob Close Jerry Givens Michael Palacios Primary Contact: Douglas B.Sawyer • . . - • . .• Phone: (909)888-1106 Jim Imbiorski Mary Erchul Lisa Marauth Jim Neal Fax:(909)889-1884 Staff75 Staff80 Staff110 Staff60 Email: SavvyerD@pbworld. com Staff includes Civil/Structural Engineers,Environmental,Planning Transportation,CADD,Modeling Type of Ownership: Corporation Number of offices: B.1 Contract Exceptions Worldwide= 150 United States= 58 Parsons Brinckerhoff has reviewed the subject Request for Qualifications(RFQ)and California= 8 Agreement issued by the City and would like to discuss the following articles during contract Southern California =4 negotiations.They include: Number of Personnel: Article 1.1 -Services of Consultant -Scope of Services reads in part: Worldwide=13,743 As a material inducement to the City entering into this Agreement,Consultant represents and United States= 6,436 warrants that Consultant is a provider of first class work and professional services and that California =680 Consultant is experienced in performing the Work and Services contemplated and,in light of Southern California = 325 such status and experience,Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required in this Agreement.For purposes of this Agreement,the phrase"highest professional standards'shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances.(Emphasis added.) Recommendation:Delete the language in bold font.Insert the language underscored below: As a material inducement to the City entering into this Agreement,Consultant represents that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated and,in light of such status and experience,Consultant covenants that it shall follow reasonably Prudent professional standards in performing the Work and Services required in this Agreement.For purposes of this Agreement, the phrase"reasonably prudent professional standards'shall mean those standards of practice recognized as eg nerally_ accepted among well-qualified and experienced professionals performing similar work under,similar circumstances. PARSOM I'/�FF CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- sulting Services for Palms Springs International Airport 29 SECTION B Firm Information Article 6.1 - Indemnification- Indemnification and Reimbursement reads in part: To the fullest extent permitted by law,Consultant shall defend(at Consultant's sole cost and expense),indemnify, protect,and hold harmless City,its elected officials,officers,employees,agents,and volunteers(collectively the "Indemnified Parties'),from and against any.... Recommendation:Delete the language in bold font and insert the language underscored below.With these changes,the first and last sentences of Article 6.1 shall read: To the fullest extent permitted by law,Consultant shall indemnify,protect,and hold harmless City,its elected officials, officers,employees,agents,and volunteers(collectively the"Indemnified Parties"),fromand against any and all liabilities,actions,suits,claims,demands,losses,costs,judgments,arbitration awards,settlements,damages,demands, orders,penalties,and expenses including legal costs and attorney fees(collectively"Claims"),including but not limited to Claims arising from injuries to or death of persons(Consultant's employees included),for damage to property, including property owned by City,from any violation of any federal,state,or local law or ordinance,and from errors and omissions committed by Consultant,its officers,employees,representatives,and agents,that arise out of or relate to Consultant's performance under this Agreement...'This provision is intended for the benefit of the third parties identified as"Indemnified Parties"not otherwise a party to this Agreement. Article 6.2.A-Indemnification-Design Professional Services Indemnification and Reimbursement reads in part: To the fullest extent permitted by law,Consultant shall indemnify,defend(at Consultant's sole cost and expense), protect and hold harmless City and its elected officials,...(Emphasis added.) Recommendation:Delete the language in bold font. Article 5.3.6- Insurance-Other Insurance Requirements reads in part: Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section.(Emphasis added.) Recommendation: Replace"ensuring"with"requiring'.' B.2 Insurance Requirements Parsons Brinckerhoff meets the City's insurance coverage requirements stated in RFQ for Worker's Compensation, Commercial General Liability,Business Automobile and Employer liability insurance.Our understanding of the RFQ is that a separate,project specific policy for professional liability is not required.We would request that Parsons Brinckerhoff's insurance manager coordinate with the City's Risk Manager to confirm that our insurance program meets the City's requirements. CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation PARSO yg © _ Consulting Services for Palms Springs International Airport 8WXM=40FF ATTACHMENT "A" *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE WITH YOUR SUBMITTAL MARKED "ORIGINAL". STATEMENT OF QUALIFICATIONS (SOQ)# 03-12 FOR As-Needed Aviation Consulting Services for Palm Springs International Airport SIGNATURE AUTHORIZATION RESPONDENT/FIRM: Ronald L. Hartie PE/Parsons Brinckerhoff,Inc. A. I hereby certify that I have the authority to submit this Statement of Qualifications to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my submittal. tcontor SI ATURE B. The following information relates to the lega listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: _An individual; A partnership, Partners' names: A company; X A corporation 2. My tax identification number is: 1 1-1 531 569 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOO is required by including the acknowledgment with your submittal. 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 and 3 is/are hereby acknowledged. SECTION C Key Personnel Parsons Brinckerhof's experience in aviation architectural and design engineering starts with general aviation airports and commercial service Parsons Brinckerhoff has had more that airports such as PSP,and extends globally to many of the world's largest 175 aviation clients worldwide and has and most sustainable commercial service airports. earned a reputation for developing innovative solutions to complex aviation For more than 50 years,Parsons Brinkerhoff has been a key resource in issues. Our commitment to the City Southern California for aviation planning,rehabilitation of infrastructure, and PSP is to provide design and and design and program management of new and expanded facilities,both engineering services that emphasizes landside and airside. airport access, safety and efficiency to minimize disruption to airport users and We have a strong presence in Southern California,with more than 300 operations. Our team has a long-standing programs and projects in progress or successfully completed for local history of providing airport design and and international airports,such as Ontario International,San Bernardino planning services in Southern California International,and Long Beach,most involving FAAAIP grant funds.In and looks forward to providing Palm the last decade,we have rehabilitated more than 10 runways in Southern Springs International Airport with the California,including Runway 7R-25L at Long Beach,Runway 6/24 at same services. San Bernardino International,Runway 9/27 at Riverside Municipal,and Runway 8/26 at Redlands Municipal. Parsons Brinkerhoff has led capital improvements and expansions at more than 175 individual airports worldwide,including providing construction management (CM),program management and design services for Los Angeles International(LAX), Ontario International,Bob Hope,Fox Field,Cable,and Chino airports.Specifically at LAWA,Parsons Brinckerhoff has been the utility program manager for the Bradley West Terminal and Central Terminal Area at LAX,was involved in the LAX South Airfield Improvement Program and Runway 26R Reconstruction at Ontario International Airport,and we are currently providing program management services for the CIP at LAX.We understand the critical nature of uninterrupted,safe operations during airport reconstructions and have a proven track record of on-time,on-budget performance. For this statement of qualifications(SOQ),we are providing some of the best aviation personnel in the industry.The key to successfully delivering any project is a strong project management and architectural/engineering team,combined with an experienced staff, and the flexibility to respond to the City's requirements.Parsons Brinckerhoff proposes a highly qualified team that has experience in the design and engineering of various airside and landside projects,local expertise in aviation and strong relationships with the key stakeholders.Exhibit 3 introduces our entire project team and identifies communication, functional and reporting responsibilities. CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation F Consulting Services for Palms Springs International Airport SECTION C Key Personnel Exhibit 3,The Parsons Brinckerhoff Team 'S A I III Executive Director Principal-in-thafge Doug Sawyer _ FAA LA s• Kiniclu Hoar., Q ,IQC George Harvilla,PE Senior Advisor• 1 Jim Imbiorski,'FLSI' P �;frlatwger" ...Chuck McCormick au�at3` ,,, Texrrta flrtPtaritag ' '°;. Datx Bashaa iCjr,� , P D' pte!hll±t@ki' p= r4 F r Mollylip WK yw owl t 'm Subconsultants RMA AMA Group MSA MSA Consulting,Inc. LCI Lynn Capouya,Inc. H Heery,Inc.-a Parsons Brinckerhoff sister company CA Coffman Associates BRCS Balfour Beatty Construction Services W Woolpert,Inc AA Arellano and Associates GPSi GEOspatial Professional Solutions Inc. TIG TMAD Taylor and Gaines * Key Staff PARSOM CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- sulting Services for Palms Springs International Airport SS.ECTION C_Key Personnel Our proposed project manager,Chuck McCormick,a 20-year FAA veteran and a licensed pilot,who brings in-depth understanding of current airport regulations and a user's perspective to this project. Chuck's familiarity with the FAA and runway design requirements will streamline the design scope to position the Airport favorably with the FAA.In order to bring the Airport the best team possible,we have included several specialty subconsultant firms that have the proven experience and resources to assist us in delivering quality projects that are on-time and on-budget. Parsons Brinkerhoff has put together a team of proven subconsultant Chuck McCormick is a member of the firms,Exhibit 4,with an impressive history of providing specialized Aircraft Owners and Pilots Association, industry expertise and known work to Parsons Brinckerhoff thatwill Experimental Aircraft Association and assist the City in meeting its goal to accommodate the growth of air International Aerobatic Club.As a former travelers at the Airport.Our team has the local knowledge,presence 20-year FAA Western-Pacific Region and experience to assist the City in the growth of its evolving aviation Airports Division project engineer and infrastructure. licensed pilot, he has "touched down" at every Southern California airport, both Exhibit 4, Parsons Brinckerhoff's Subconsultant Firms bring a Depth personally and professionally. of Resource and Experience to the Team Arellano and Public Outreach ■ Provided assistance to the Stay holder Liaison Office for the Associates - LAX Advanced Planning.Study j ■ Created a public information program for the Ontario International Airport Master Plan Balfour Beatty Construction Support ■ Construction services for the John Wayne Airport(SNA) Construction Services Parking Structure C and Central Plant Services ■ Pre-construction/Construction services for the Dallas Fort Worth International Airport Terminal Improvement Coffman Associates Airport Planning and ■ Performed master/environmental planning studies for more Environmental Evaluation than 35 airports including PSP and SBIA ■ Developed 14 CFR Part 150 Studies and site brochures for Palms Springs International GEOspatial Aerial Topography ■ Performed photogrammetric mapping services for San Professional Bernardino International, Barstow-Daggett,the LAX Solutions, Inc. Southside Taxiway, Needles and Riverside Municipal airports ■ Utilizes state-of-the-art UltraCamLp digital sensor technology, ensuring precise measurements&quality data collection for airport projects Heery, Inc. Architectural Services ■ Designers of the Imperial County-Americans with Disabilities (ADA)Retrofit of Airport Termirilal Building ■ Extensive terminal design'work6t Miami-International Airport CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation PANSONS Consulting Services for Palms Springs International Airport 34 SECTION C Key Personnel -- •• Experience Lynn Capouya; Inc. Landscape ■ LCI is currently participating in three separate contracts for Architecture the John Wayne Airport(SNA);the new terminal 'C',the new parking structure, and the new central plant: ■ Completed the programming and conceptual design documents for the Long Beach Airport Terminal Improvement Project and the Ontario Airport parking lot expansion located along Loop Road "l" and Terminal Way MSA Consulting, Inc. Civil Engineering, ■ Provided engineering, surveying/mapping, and construction Surveying and inspection services for the runway extension, new ramp area, Inspection Services drainage, and lighting for PSP ■ Provided planning, surveying, design, engineering, and construction administration for the Jacqueline Cochran Regional Airport RMA Group Geotechnical • Provided materials testing,specia0 inspection, pavement. Investigation/ engineering,and geotechnical services for Palm Springs Airport Pavement Design projects over a span of three decades ■ Provided quality control inspection,sampling,and materials testing services for pavement for the Palm Springs Airport Terminal Building Expansion and (Runway 13R/31 L and Taxiways C&W TMAD Taylor and Gaines Mechanical, ■ Mechanical, electrical, and plumbing engineering services for Electrical and the Terminal 2 Expansion project for the San Diego County Plumbing Regional Airport Authority • Provided mechanical and electrical services for the baggage screening system at SNA Woolpert, Inc. Airport GIS ■ Provided electronic airport layout plan(eALP)/AG'IS for Denver International and Tulsa Internation I airports ■ Created'aeronautical surveys for various airports througghout the country for the FAA Wide Area Augmentation System(WAAS) program office For this project,Parsons Brinckerhoff has designed two key staff members that will be responsible for the overall team management and client coordination.Chuck McCormick,project manager,will be responsible for the day-to-day coordination with the Airport staff.Chuck is an aviation expert with more than 20 years of direct FAA experience.He has been project manager on many airport design/construction projects,particularly on those that focus on runway rehabilitation and FAA coordination.Chuck was chosen to lead the Parsons Brinkerhoff team because of his extensive aviation experience, understanding of FAA policies and guidelines,developed relationships with key stakeholders and for his overall love of flying. Supporting Chuck in the day-to-day management and client relations will be our proposed Senior Advisor,Jim Imbiorski, PLS.Jim history's with the City and PSP goes back more than 35 years,when he was the project manager for the City's on-call services contract.Since then,Jim has continued to build up his relationships with both City and Airport staff.He has more than 30 years of experience in Southern California airfields including PSP,SBIA,San Bernardino County and LAWA.Jim has close relationships with FAA Western Region staff have been of great support to agencies applying for and receiving federal grants.He was selected as senior advisor for the team because of his depth of knowledge he has gained throughout his 40+ year career.Jim is highly knowledgeable of the area,its governments/key stakeholders and processes.He has a exceptionally understanding of PSP's history and is genuinely excited to be a part of the next phase of growth for PSP. In conjunction with Chuck and Jim,Parsons Brinkerhoff has identified six task leads to prepare the architectural,planning/ environmental,design,and phasing for the various projects.Following the resume(s)for each key team member is a table of additional support staff for each service area. m CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- sulting Services for Palms Springs International Airport 35 SECTION C Key Personnel Chuck McCormick PROJECT MANAGER/FAA COORDINATION Chuck is a senior project manager and former FAA technical advisor experienced with developing the latest electrical designs for airports. Firm,Parse ns Brinckerhoff Chuck worked for the FAA for 20 years prior to joining Parsons Brinckerhoff,consulting on FAA engineering standards.He was the Educal national electrical engineer lighting specialist/project engineer for the g5,Elget onus a &Computers FAA Airports Division.He served as project manager on many airport UMNSUNW11110 ' development construction projects,particularly on the FAA's Runway Safety Area(RSA)Validation Program.As the project manager,Chuck will lead the team and be the main point of contact for team members,the City/Airport and stakeholders.He will provide proper communication with the FAA and verify that the project is meeting FAA guidelines and requirements. LAX Various Projects, Los Angeles, California:provided FAA airport lighting,marking and signage recommendations to the project design engineer.Runway 711/25L was relocated 55 feet to the south to allow separation for a parallel taxiway between Runways 711/25L and 7L/25R.Chuck provided the proper interpretation of FAA design standards for projects that included the installation of signs for the entire airport and provided interpretation on FAA lighting,marking and sign standards to the LAWA's engineering department during his FAA tenure. Long Beach Airport On-Call Engineering, Long Beach, California:project manager forthe RSA analysis for Runway 7L-25R.'fhe FAA has mandated that all runways have an RSA that meets FAA standards no dater than 2015.In support, Parsons Brinckerhoff has been tasked to determine if the RSA for this runway meets FAA standards and to provide the best alternative to meet RSA standards. ■ Long Beach Airport,Multiple Airside Projects,Long Beach,California:co-project manager for the rehabilitation of Taxilane J and Runway 7R/25L. ■ Rehabilitation of Taxilane J included the design and construction phasing for the portion of the taxilane that serves three separate fixed-based operators at the airport.The construction phasing was setup to allow continuous access to each operator during construction. ■ Rehabilitation of Runway 711/25L included design for the full reconstruction of the runway,including high intensity runway edge lights(HIRL)and installation of semi-Rush LED runway guard lights. San Bernardino County On-Call Planning, Apple Valley and Chino, California:project manager as a sub-consultant responsible for the development of the airfield alternatives,including identifying future aviation related facilities such as fixed base operators,aircraft maintenance/repair stations,and future development of both airports.The airfield geometry developed for Apple Valley and Chino ALP set followed the guidelines set forth in the FAA's Advisory Circular 150/5300-13, Airport Design. Southern California Logistics Airport (SCLA), High-Speed Exit and Taxiway Reconstruction, Victorville, California: project manager for reconstruction design of the high-speed exit for Runway 21 and a portion of Taxiway C to accommodate Group VI aircraft.A portion of the existing Taxiway C was reconstructed to comply with Group VI standards, also.Work included paved shoulders and taxiway edge lights for both the high-speed exit and this portion of Taxiway C. CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation A4R$4NS Consulting Services for Palms Springs International Airport BHOFF m 36 SECTION C Key Personnel Apple Valley Airport, Terminal Ramp Expansion, Apple Valley, California:FAA representative and project engineer that provided guidance on the interpretation of airport design standards and AIP funding requirements.Provided preliminary civil surveys,geotechnical investigation and designed new PCC pavement on the south/east corner of the terminal ramp. The project included relocating the existing wind cone and segmented circle. Chino Airport, Design and Construction Management Services for Runways 3/21 and 8U26R Lighting Rehabilitation and Electrical Vault Rehabilitation, Chino, California:project manager for the rehabilitation of the runway lighting and the design of new constant current regulators for the electrical vault.The project also included design and installation of an Airport Lighting Control and Monitoring System(ALCMS)including Insulation Resistance Monitoring System(IRMS).This project required coordination with the FAA local air traffic control tower for the installation of the touch screen lighting control system in the facility. Jim Imbiorski, PLS SENIOR ADVISOR Jim has more than 40 years of experience on Southern California airfields.He has F m: I�atsonslB'rinckerhoff served in various capacities supporting FAA-AIP projects,and has logged time as project manager and other leadership roles at Palm Springs,Ontario International, 7some Barstow-Daggett,Big Bear,Chino,Needles,Redlands,Apple Valley,San Bernardino llege Courses International and Los Angeles International,airports.His close relationships with FAA Western Region staff have been of great support to agencies applying for and receiving federal grants,and his 40+years as a resident and businessman in the Inland Empire has endowed Jim with knowledge of the area,its governments and their processes.He has a long standing history with the City of Palm Springs and ■Ce'M gYgia'L tad,5u Yveyors Palm Springs International Airport which began in 1975,when he was the project a Lion ■ Calf ia. t #eUnversity, manager for the City's general aviation on-call contract.A few years later,Jim and Sa in —,56ence his team were selected as the City's Aviation Consultant with a retainer to provide "A .o'rytvmmittee an ongoing General Aviation Consulting Service.For this project,Jim will act as # Ch 6.6ervatory Sto p`n3mittee senior advisor and help coordinate efforts among the Parsons Brinckerhoff team ■ Son dittardino Unified and the City.His keen knowledge and understanding of the Airport's history and Soh of 13istftt„Adviso y Go mttC�eGdl Dr--Herb Fisher ultimate goal will help deliver each task order successfully. ES anl3marzllno County Palm Springs Municipal Airport, Palm Springs, California:construction manager/ Sher##'sRe}ses. pg,Cial Bur party chief/contract administration for 13 airport improvement projects.General aviation runway,ramp,connecting taxiway and supporting facilities improvements.Surveys,control,photogrammetry, soils investigation,improvement plans,construction contract documents,construction staking,testing,Construction Management and FAA processing Compliance. San Bernardino International Airport (Norton Air Force Base), San Bernardino, California:involved in the conversion of Norton Air Force Base from military to civilian use.Responsibilities include supervision of right-of-way studies, . engineering,design,plan review,cost estimates,boundary surveys,construction management,.legal descriptions and record of survey for the 1500 acre site. Chino Airport, Chino, California:surveys/construction management and contract administration for grading,paving, storm drains,sewer,lighting,runway improvements,taxiway and parking lot paving for 12 airport improvement projects from 1971-present.Improvements have included reconstruction of taxiways and parallel apron to runway 3-12 and runway 8-26,repaving,striping and signage improvements to FAA compliance.Security fencing improvements,soils and ® PARSONSCITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- BPJPJCXERFKWF sulting Services for Palms Springs International Airport - -- - _ - -- - - - 37 - SECTION C Key Personnel pavement investigations,street improvements and parking area improvements.Water and sewer improvements including +800 L.F.of pressure and gravity sewer with a sewer lift station.Landscape plans,sprinkler system and irrigation system specifications.Provided construction contract documents and bidding services,contract administration,construction staking and construction management Twentynine Palms Airport, Twentynine Palms, California:construction manager/surveys/contract administration for ramp and taxiway. Barstow-Daggett Airport, Barstow, California:construction manager for extending the taxiway and repair and reinforcement of paved surfaces.Responsible for construction staking,construction management and CAAP procedures compliance. Ontario International Ground Transportation Center, Ontario, California:project oversight,provided surveys,mapping and civil design for the central car rental facility being constructed as part of the multi-million dollar terminal expansion at the Ontario Airport. Terminal Improvements, Ontario International Airport, Ontario, California:project oversight including detailed design surveys for various security related improvement projects including perimeter fencing and baggage handling.Front side and airside surveys and mapping were performed for the design team. Taxiway "N" Westerly Extension, Ontario International Airport, Ontario, California:provided aerial mapping,utility surveys,utility coordination,design surveys,hydrological analysis and drainage design.The project called for preliminary and final designs for 4500 ft.of new taxiway and air field improvements to replace the existing non-standard parallel and connecting taxiways.The project included the relocation of an existing access road,relocation of a new 23-inch City of Ontario truck sewer line and the design a new drainage facility. Southside Taxiways WF, WG, and T, LAX International Airport, Los Angeles, California:provided design surveys, survey control,utility and geotechnical locations for the south taxiway project.This work was performed at night,on active runways and taxiways,and required field crews with FAR 107.25 Training Certificates for access to the airport.Final results of surveys were delivered in DGN and ASIQI hardcopy and electronic files. Parking Lot Expansion at Ontario International Airport, Ontario, California:principal-in-charge for this project which involved expansion of existing on-grade parking lots at the Ontario International Airport(LA/ONT).The project scope of work was pursued in four phases-Phase 1-Preliminary Design,Phase 11-Construction Documents,Phase III -Construction Administration,and Phase IV-Record Drawings.Preliminary design included design surveys,Right-of- Way services,parking lot layouts,traffic flows,and ingress/egress to the new parking areas and adjacent roadways.Plans included detailed storm drain alignment,utility relocations,elevations,typical sections,shuttle routes,staging areas,and related information sufficient to complete the final design. Parsons Brinkerhoff will provide the Airport with a team of local and national experts that excel in the field of terminal design,baggage handling,ticketing areas,rental car consolidated facilities,roofing and mechanical,electrical and plumbing services.Our team will be led by Virginia Tanzmann,FAIA.Virginia has over 25 years of architectural experience within Southern California.She is a California registered architect,Los Angeles based,and will be the architect of record for all of the design plans.For this project,the services we anticipate include space planning and usages,terminal design, conceptual layouts,development of architectural design standards,way-finding development and implementation, commissioning,interior design,landscape architectural design,electrical,mechanical,structural,and landscaping and other architectural disciplines related to building renovation,design and construction.Folowing are two resumes for our architectural task leads followed by a table of additional architectural design resources as shown in Exhibit 5. - CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation PARS ® . Consulting Services for Palms Springs International Airport SECTION C Key Personnel Virginia Tanzmann, FAIA, LEEDO AP ARCHITECT OF RECORD Virginia Tanzmann,Parsons Brinckerhoff's West Region Manager of the Architecture and Buildings Technical Excellence Center,has carried direct profit/loss Fh*; Parsons Brinckerhoff responsibility for the design of more than$2.4 billion in new,renovation and repair construction.She is experienced in specially funded programs,including large CaI10ftl. transportation projects,civic projects,seismic repairs,public school and California BA�Architecturei I University bond-funded projects,Americans with Disabilities Act(ADA)design.She is an extensively experienced architect with expertise in all phases of work,including master planning,programming,pre-design,full design and documentation, construction contract administration,project closeout,and post-construction activities.Virginia has also performed technical reviews,constructability reviews, quality control,and value engineering for projects of all sizes.She has a long-standing sustainable design orientation to her work.Many of her projects have been in the public sector or have had sufficient community impact to warrant community involvement meetings and procedures.She has devised community information AfkGailertS: - _ programs delivered in English,Spanish and Chinese,and has expertise with various i ricaln flls'titatcrrif workshop methods and presentation media.Virginia also has experience with A cbitects(AIA):Past P sident tlss Angeles "delivering the bad news"of property takings by eminent domain and of helping apfer people understand the environmental impact of a significant project coming to their 4sociatiipwfor.Wiamen in A hitectamJAlr) Past neighborhood.She has worked with people of most ethnicities and cultures found in Psidant Southern California and of all ages and economic levels.She bears an inner respect ■ o_ciation for Women in for all while remaining true to the needs of the project at hand. tectl7Y Fqutration:, B ai3v)emr Westside Extension Transit Corridor, Los Angeles:architecture lead and one of three • C lif I is Womehin E viroPrtmrtal Design: members of the Architecture and Buildings West staff currently assigned to the project. urider':' The Westside Extension Transit Corridor is east-west oriented and includes portions ■ men's Transportation - of five jurisdictions,the cities of Los Angeles,West Hollywood,Beverly Hills and Santa C alition Founding:President; W�itten's Transportation Monica,and unincorporated portions of Los Angeles County.The study area generally S mirtar _ extends north to the base of the Santa Monica Mountains along Hollywood,Sunset and San Vicente boulevards,east to the Metro rail stations at Hollywood/Highland and Wilshire/Westem,south to Pico Boulevard,and west to the Pacific Ocean. Los Angeles Downtown Regional Connector:architecture lead for this light rail subway project that comprises 2.2 miles connecting Metro's Pasadena Gold Line with the Los Angeles-to-Long Beach Blue Line,to smooth the ride and reduce transfers.Parsons Brinkerhoff,in a joint venture,is participating in the final environmental impact study/final environmental impact report(FEIS/FEIR)and Advanced Conceptual Engineering(ACE)/Preliminary Engineering(PE).The 1.9-mile fully underground light rail transit(LRT)line will connect the Metro Gold Line to the Metro Blue Line and future Expo Line, permitting passengers to travel from Claremont to Long Beach and from East Los Angeles to Santa Monica as a"one seat ride." Exposition Light Rail Corridor, Los Angeles:architecture lead for Phase II,Stages A and B,comprising seven aerial and at-grade Metro light rail stations in the cities of Los Angeles and Santa Monica.Stage A was a competition between two design- build(D/B)teams to complete the design of 14 miles of track and stations,plus park-and-ride facilities(including one parking structure)sufficient for bidding purposes. m PARSONS CITY OF PALM SPRINGS Statement of Qualifications No.03-112 for As-Needed Aviation Con- sulting Services for Palms Springs International Airport - - - -_ - 39 SECTION C Key Personnel Daniel Diez, NCARB, LEED® AP TERMINAL DESIGN Daniel Diez has over 15 years of experience in the design/build industry and has participated in all facets of architecture from design development to construction documentation.His design and project management experience includes commercial and residential projects.Most recently,Daniel has just completed his role adds project manager for several Miami International Airport(MIA)design projects.In his role as project manager,Daniel managed multiple aspects of airport projects from terminal design to ticketing to security expansions. MIA North Terminal Development (NTD), Miami, Florida:project manager responsible for various phases of project management of the NTD projects at MIA.His duties included direction and supervision of staff for successful completion of projects and coordination with clients in problem solving situations. MIA NTD Program C-D Inf ill Interior Finishes, Miami, Florida:project manager for the design development phase and design manager for the construction document phase for this interior design project. MIA NTD Program Concourse "D" Remodel, Miami, Florida:project manger for the design development phase and -- design manager for the construction document phase of this 200,000 square foot concourse remodel. MIA NTD Program Project Definition Packages, Miami, Florida:project architect for the development of various design development packages for the airport. MIA American Airlines Concourse "D" Security Checkpoint Expansion, Miami, Florida:project manager for the addition of 8 new passenger screening lanes at the American Airlines security area. Exhibit 5 Additional Architectural Resources Qualifications Tim Woodson(H) BFA, Interior Design • Design manager for the Imperial County Airport ADA Architect Retrofit of Airport Terminal Building ■ 22 years experience as a designer,project manager,and move manager specializing in the relocation/renovation of large institutional entities/facilities Brad Coule, LEED(H) Drafting Technology& ■ Design manager in charge of all BHS Building Baggage Handling Art Coordination issues for the MIA NTD Inbound Outbound Systems(BHS)Planner U.S. Green Building Baggage Handling System Council LEED • In charge of design,constrgtion documents, permittingr, Accredited Professional and contract administration for a MIA Concourse F Baggage Handling Facilities retrofit Rashad Khan, PE, LEED B.S. Mechanical ■ Project engineer responsible for the remodeling of (TTG) Engineering the HVAC, replacing AHU's, re-zoning the spaces for Mechanical Engineering Mechanical Engineer, specifying VAV boxes,variable frequency drives& CA M31015 integrated economizers for Tom Bradley International Terminal (TBIT) Expansion &Remodeling ■ Mechanical engineer for the Interior Improvements& U.S. Green Building Baggage Screening Facilities for LAX Council LEED Accredited Professional Nestor Ignacio,PE(LTG) 35, Electrical s Electrical engineer for the LAC Terminals 4,5,6,7 &6 In Electrical Engineer Engineering _Line Baggage Systems Electrical Engineer, ■ Electrical engineer for the pairking lot additions& California, E16934' generation for Ontario interr(ational Airport CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation PAR90110 ® .- Consulting Services for Palms Springs International Airport BROMERNOFF 40 SECT�IONNCC Keay Personnel SE YiilllliYlYi_ • • -•- Qualifications Thiru Selvakumar,CIPE Higher National ■ Responsible for the plumbing and fire protection (TfG) Diploma in Mechanical the TBIT's FAA Security Upgrades&Modifications at Plumbing/Fire Protection Engineering Terminals 3,4& 7 Engineer-in-Training ■ Mechanical plumbing design folr as-needed aviation services at Ontario International Airport Gerry Ohta,ASLA(LCI) BA, Landscape ■ Project manager for the Ontario Airport East Parking Landscape Architect Architecture Lot Expansion which included on-site and off-site improvements and parking lot improvements ■ Responsible for the landscape design and coordination Landscape Architecture, for the new Terminal, parking structure and Central Plant California#2154 facilities at John Wayne Airport Parsons Brinkerhoff has been providing planning,environmental,design and project management services to airports for more than 70 years.Throughout our 127 year history and performance on thousands of aviation projects around the U.S. and the world,Parsons Brinckerhoff has led expansions and CIPs at airports of all sizes.For this project,we have included team members that have the expertise and qualifications to successfully deliver the various components of the airside/ landside engineering projects.Our team will provide the Airport with civil design,utility investigation/coordination,grading, drainage,pavement design/markings,alignment airfield pavement design/marking,pavement rehabilitation,obstruction studies,if applicable,NAVAID and lighting design,terminal/facilities site design,structural engineering,MEP systems design, geotechnical investigation,surveying and mapping.Following are resumes for our civil engineering lead and geotechnical/ pavement design lead followed by a table of additional engineering design resources as shown in Exhibit 6. Curt Ingraham, PE AIRSIDE CIVIL ENGINEERING LEAD Having designed,rehabilitated and reconstructed a number of airport runways in Southern California,Curtis the ideal choice as the lead airside civil engineer to Fum: Plarsons Brinkerhoff lead the design team at PSP.In his 20 years of managing airport projects for Parsons Brinkerhoff,Curt has met the scheduled delivery time for every project he has Edtt�t�an: worked on.He has provided preliminary and final design extensively for airport B5, it Engineering landside and airside structures and facilities including storm drain design,surveys and rights-of-way,and quality control.Additional experience as project manager and construction manager on airport projects expands his value to the project team. _ Curt will work closely with the Chuck and the design team to develop solutions •Ame ican SocieY�of Civij that not only meet the City's expectations,but are cost effective,and completed on =r'Enbt e4m Past PresideTtt' schedule and on budget. (Rtxie ide&San Ber'rtardino) ion Iting Long Beach Airport On-Call Engineering, Long Beach, California:project manager . [ eers Bs Land S1lrtreytjr o i mia 3EELS6C), for providing civil engineering design services for a various services including Runway e i2n Wat�f 4gU.kS 7R-25L rehabilitation and analysis of runway safety area,Taxilane J rehabilitation,and gsfo iatbrt;l>,mencan.'- obstructions survey of all runways. {sort ete Institute;th/ater Pollu i4n:Cgntrol Federal on,, Bob Hope Airport, Multiple Projects, Burbank, California:resident engineer responsible for reconstruction of Taxiways C,D and G.Oversaw day and night FKRSONS i m CITY OF PALM SPRINGS Statement of Qualifications No.03-1{'for As-Needed Aviation Con suiting Services for Palms Springs International Airport 41 _.. .._ SECTION C Key Personnel operations;scheduled materials testing;and coordinated notices to airmen,escorts and operations staff.Inspected P-401 AC pavement replacement of new markings to precise airport standards,which exceeded FAA standards. San Bernardino international Airport (Norton Air Force Base), San Bernardino, California:project manager responsible for the supervision of right-of-way(ROW)studies,engineering,design,plan review,cost estimates,and design,CM and inspection for 10,000 feet of new concrete runway. San Bernardino International Airport Runway 6/24,Taxiway A and Other Improvement Projects, San Bernardino, California:lead design engineer since 1992,providing engineering,boundary,topographical,design, utility,construction staking,CM,and QC surveys.Projects included 7,000 feet of new concrete taxiway,AC and PCC pavement replacement and maintenance; 1,600 feet of new airfield access road as well as various airfield lighting, pavement marking,drainage,and hangar maintenance projects built to FAA AIP standards. Chino Airport Improvements, Chino, California:project manager for all Chino airport projects since 1988. Provided design,surveys,soils and pavement investigations,prepared construction plans and specifications,and provided CM and inspection services to FAA Standards for over 100 projects in the past 25 years.Work included: reconstruction of runways 3/21 and 8/26;reconstruction of taxiways"C" "D" and"E";construction of taxiways "Al","F","H",and"I";reconstruction of over 500,000 square feet of ramp;construction of over 700,000 square feet of ramp;installation of new and updated lighting and air navigation systems;roadway and parking lots;hangar complexes;water and sewer projects;preparation of ALP's;and property and topographical survey maps. Ed Lyon, PE, GE GEOTECHNICAL INVESTIGATION/PAVEMENT DESIGN/MATERIALS TESTING In addition to being a veteran in the geotechnical engineering field with more than 26 years of experience,Ed's status as a pilot gives him a unique perspective Fsln:qMA Group when it comes to airport projects.Having flown in and out of most of the airports in California he can appreciate the differences between them and the issues associated with each.He has extensive hands-on knowledge managing high .%,S, ll' rigjneering ' profile airport,roadway,and highway projects throughout California and,in particular,Southern California.His airport experience includes work involving the design of new pavements and the evaluation of existing pavements,as .. well as the implementation of materials testing and construction inspection programs on over 30 airport projects throughout Southern California.Ed also has specialized experience working with lime treated bases/subgrades and pavement recycling to rehabilitate airfield pavements. Bob Hope Airport On-call Contract, Burbank, California:project manager and now serves as RMA Group'sPrincipal- in-Charge for projects completed under this on-call contract.RMA Group has provided professional design and materials testing services since 1978 on over 100 additional projects at this airport.RMA has held 6 multi-year annual contracts since 1986 and completed various services on landside and airside projects. Riverside Municipal Airport Runway 27 & Taxiway A, Riverside, California:principal-in-charge for this project that required a geotechnical investigation,new runway design,construction inspection,and quality assurance materials testing services.To accomplish the rehabilitation,a two-phase cold-in-place recycling process was used to cut cost and construction time. Needles Airport RW 2/20 and 11/29, Needles, California:principal-in-charge of geotechnical engineering, construction inspection,and quality assurance materials testing services for this pavement reconstruction project at - CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Consulting Services for Palms Springs International Airport SECTION C Key Personnel Needles airport.RMA provided a design pavement structural section,which utilized a modified P-401 asphalt concrete specification that allowed the use of locally available aggregates to reduce costs to the airport.The revisions to the specification resulted in significant savings for this remote airfield. Twentynine Palms Airport Pavement Reconstruction, Twentynine Palms, California:principal-in-charge of geotechnical engineering,construction inspection,and quality assurance materials testing services for this pavement reconstruction project.RMA Group provided a geotechnical investigation and pavement evaluation for the existing runway to assist in determining the most economical means of rehabilitation to save construction dollars. Compton/Woodley Airport, Los Angeles, California:principal-in-charge of geotechnical testing to establish,maintain,and implement a QA program for this project. Exhibit 6,Additional Engineering Resources Qualifications George Harvilla, PE BS, Civil Engineering ■ Design CIA manager for the$600 million Exposition Quality Control/Quality Civil Engineer, California, LRT Phase 2 project Assurance #47368, 1991 ■ Experienced in the creation of design plans,QA/QC training, audits and signing off on the Certification of Compliance with QA/QC Procedures Jake Roberts, EIT B.S.,Civil Engineering ■ Provided grading and storm drain plans for the Airfield Civil Engineer Engineering-in-Training: extension of Taxiway B at Barstow/'Daggett Valley California,#121232, 2006 Airport ■ Designed and prepared const�rruction plans and specifications to FAA Standards for the Chino Airport, Taxiway J Dan Haynes BS, Civil Engineering ■ More than 35 years of design,research, mapping and Utility Investigation/ relocating utilities Coordination ■ Provided utility coordination and/or for multiple projects at the San Bernardino International Airport, the 1-1 5/La Mesa Road/Nisqualli Road Interchange and Tippecanoe Avenue Widening Chris Swonke, PE BS, Civil Engineering ■Grading and drainage design for Taxiway at Barstow- Stormwater Design/ Civil Engineer, California Dagget Airport Hydraulics #70519, 2006 ■ Basin and storm drain design, hydrology studies for runway and taxiway reconstruction and water and sewer projects for the Chino Purport,Perimeter Road Design,Apron Construction,and Runway-3/21 Safety Area Improvement Project. Rob Roseman, LEED AP BS., Electrical ■ Renovated the electric to provide power to ramp Airfield Lighting Engineering lighting and adjacent fuel farm facility and the U.S. Green Building relocation of taxiway edge lights for the new carrier Council LEEDTm 2.0 apron for March Inland Port Apron Expansion Accredited Professional • Lead electrical engineer responsible for design of replacement of 25,000 feet of taxiway centerline lighting, in-pavement stop bars, runway lead-on/off lights, high-speed exit lights and taxiway edge lights at Marc Wilson, PLS Land Surveyor: California, ■ Chief of surveys for the Long Beach Municipal Airport Surveying/Construction #8111,2006 Parking Structure Facility: Staking ■ Chief of surveys for perimeter fencing and baggage handling,front side and airsid surveys and mapping for terminal improvements at Ontario International Airport PARSONS CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- BRINOKERROFF sulting Services for Palms Springs International Airport 43 SECTION C Key Personnel Qualifications Paul Sepulveda(MSA) AS, Engineering ■ Production manager for the design plan preparation Civil Engineering and construction support for Jimsair Fixed Base Operation at PSP ■ In charge of the design and plan preparation for the widening of Gene Autry Trail Charles Harris, PLS (MSA) Land Surveyor, California, ■ 11 years of performing boundary work,.topographic Surveying 4989 surveys, construction staking and as-built surveys for expansions at PSP ■ Boundary and topographic survey,street ROW, and construction staking for the infrastructure of the Jacqueline Cochran Regional Airport The Parsons Brinckerhoff team has extensive qualifications in providing the Airport with the right planning and environmental services needed to progress their CIP.We have a team of experts in the field of environmental documentation/permitting,airport master planning and noise studies and airport GIS.For this project,we anticipate the services will include airport layout plan and exhibit development,airport master planning,airside/ landside development planning,land use management planning,airfield and airspace planning,airport feasibility/ site selection,public involvement/outreach,economic impact assessments,terminal and facilities planning, environmental assessments,planning,permitting and State and Federal(CEQA/NEPA)environmental reviews.We understand that currently the environmental document is being worked on for the master plan update.However, each task order will still have a certain level of environmental clearance that will need to be performed such as permitting and document review.Following are resumes for our airport planning,environmental and geotechnical task leads followed by a table of additional planning and environmental as shown in Exhibit 7. Jim Harris AIRPORT PLANNING Jim,a principal with Coffman Associates and President of the firm,has been with Firni.Coffman Associates the firm for 29 years.A registered professional engineer,Jim has extensive airport planning and development experience,including preparation of airport master , plans and layout plans,airport facilities design,navigational aid planning,site j3S, wil-Englneering"- selection studies,environmental assessments,airspace evaluations,and Part 150 Noise Compatibility Plans for both air carrier and general aviation airports.Jim has been involved in more than 200 airport planning assignments and has served as the project manager on more than 100 airport master plans. Palm Springs International Airport, Palm Springs, California:principal-in-charge and project manager for the 1994 and 2003 Airport Master Plans,the 1994 Part 150 Noise and Land Use Compatibility Study,and the 1995 Runway Extension EA/EIR. Jim prepared the EIR and worked with the aviation department to gain local,state and federal approvals for the extension which was constructed in the late 1990's.The Part 150 Study included recommendations for property acquisition and sound insulation.A noise berm near the north end of the extended runway has proven to be as successful as the earlier noise wall on the east side.The 2003 Master Plan Update focused more on improving airfield safety and efficiency,and in maximizing aviation security services and revenue potentials on the landside. - CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation PARSOM Consulting Services for Palms Springs International Airport BMW1llCX13V#0FFm 44 SECTION C Key Personnel Redding Municipal Airport Master Plan, Redding, California:principal-in-charge and project manager responsible for completing the recommended master plan concept for the Airport in 2005,which included a series of improvements to the airfield to provide additional operational capacity,expansion of airline terminal building facilities,and acquisition of properties to ensure long-term development opportunities.The master plan was undertaken in conjunction with the City's other airport-Benton Airpark.Later in 2009,Coffman Associates was selected by the city again to prepare the narrative ALP update. French Valley Airport, Murrieta/TemecuIa, Ca liforni a:principal-in-charge and project manager for the 2004 Runway Extension EA-The firm prepared an EA for the extension of the single runway at this general aviation airport to 6,000 feet. The purpose of the extension was to accommodate business jets and larger turboprops with fewer operating restrictions.The project located the runway extension entirely to the south and required the relocation of Borel Road.The airport is located in a nonattainment area for air emissions,requiring the use of the Emissions Dispersion Modeling System computer program.Jim also served as the principal-in-charge and project manager for the 1994 and 2009 Airport Master Plans. Modesto City-County Airport, Modesto, California:principal-in-charge and project manager for the 2002 Airport Master Plan.With a recent influx of corporate aircraft into the airport from the coastal areas,the master plan examined the potential for additional runway length,navigational facilities,and areas for expansion of hangar facilities to meet the recent growth.Expansion of passenger terminal facilities,air cargo,and general aviation facilities was also reflected in the plan.An environmental Initial Study was included in the scope of services to provide the basis for the City's determination of whether the master plan study requires a Negative Declaration,a Mitigated Negative Declaration,or an EIR.Jim also served as the principal-in-charge and project manager for the 2008 Part 150 Noise and Land Use Compatibility Study,the 2009 Passenger Terminal Area Study,and the 2009 ALP Update and Narrative Report. Stephanie Oslick, AICP ENVIRONMENTAL DOCUMENTATION/PERMITTING Stephanie has deep experience successfully managing the environmental planning gip;Parsons Biinckerhoff process on a wide array of transportation-related projects.She has been responsible for preparing environmental documents and reports to comply with National Environmental Policy Act(NEPA),California Environmental Policy Act(CEQA)and other environmental MS,Environmental Studies regulations,obtaining environmental permits and coordinating with local,state and federal B5,Civil Engineering officials.Stephanie's agency coordination work has included personnel from the Federal Highway Administration(FHWA),California Department of Transportation(Caltrans),U.S. Department of the Army Corps of Engineers(USAGE),U.S.Fish and Wildlife Service(USFW), Regional Water Quality Control Board(RWQCB),California Department of Fish and Game (CFG)and California Coastal Commission(CCC). City of Needles Street Widening and Corridor Improvement Project, Needles, San Bernardino County California and the City of Mohave Valley, Mohave County, Art' ti Amencan Pjapning zona AsSoctattort; environmental task manager for the preparation of preliminary environmental studies(PES) E gssRctat{ott.a#.' and environmental document(Initial Study/Environmental Assessment). t EnVirottrxlen(: h`, � P�rofes`xrt�al,��A£P�f California High-Speed Train (CHST), Statewide, California:assisted theprogram Womert�'5�t' sQoFlation management team by reviewing and providing quality control for environmental studies Semlrrri associated with the eight regional teams preparing EIR/EIS documents for segments of CHST for the California High Speed Rail Authority(CAHSRA).She assisted with preparation of Memorandum of Understanding i m PAMONS CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation Con- suiting Services for Palms Springs International Airport 45 .._ ._ _..... _... . _.. . .. . _.. .. _., _..... SECTION C Key Personnel for the Programmatic 404 Agreement.She also conducted QA/QC and training workshops for the methodology and preparation of the following technical reports:(1)Biological Resources and Wetlands and(2)Cultural Resources Mount Rushmore National Memorial Air Tour Management Plan (ATMP) EA, South Dakota:environmental planner involved in the preparation of the land use evaluation.The environmental assessment is being prepared under FAA guidelines as well as considering National Park Service(NPS)and Native American tribal environmental guidelines. March Inland Port-Air Cargo, Riverside, California:environmental task manager for environmental document associated with modifications to an electrical vault Retained by the March Joint Powers Authority(March IPA),Parsons Brinkerhoff prepared the design,environmental,and contract documents on various projects for March IPA while adhering to FAA design standards. Exhibit 7,Additional Engineering Resources Qualifications David Fitz,AICP(CA) BA, Landscape ■ Lead Noise Compatibility planner responsible Airport Planning Architecture for development and coordination of over 150 Certified Planner noise abatement and land use management strategies ■ Prepared comprehensive land use plans for Riverside County and Southern California Logistics Airports Kevin Shiver,AAE(W) BS,Air Transportation ■ GIS System Designer responsible for Airport GIS Management determining initial needs for and design of a Accredited Airport GIS,AC 150/5300-188 compliant data,and Executive standards for Burbank-Glendale - ■ GIS Specialist responsible for the FAA IDLE: training program development for the FAA Office of Airports Debra Meier,AICP BS, Urban Planning ■ EIR task manager for the Highland-Fairview Environmental American Institute of Specific Plan _ Documentation Certified Planners ■ Project manager for the entitlement process and land development of the Cove residential tract Molly Waller(CA) MS, Community and ■ Performed environmental evaluations for over Environmental Evaluation Regional Planning 56 airports BS,Business - ■ Performed evaluations for Chino and Riverside Administration Airports -- Tracy Beach MBA, Finance ■ Developed and submitted a PFC application for Passenger/Customer BS, Finance and General the Midway International,Airport Privatization Applications Business ■ Project manager for the development of PFC analyses for the airport, including the submission of a PFC application for the new midfield terminal building at Springfield Branson National Airport C.5 Specialty Services The Parsons Brinkerhoff team is a one stop local shop.For this project,we will provide the Airport with the following specialty services in accordance with the anticipated CIP:construction services(management and inspection), constructability review/scheduling,cost estimating,passenger facility/customer facility charge applications,safety .' management systems,aerial surveying/topography,materials testing and public outreach.Below is a table that highlights are speciality staff's experience and qualifications as shown in Exhibit 8. CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation p Consulting Services for Palms Springs International Airport BROWOUNHOFF 46 SECTION C Key Personnel Exhibit 8, Specialty Resources Qualifications Norm Petersen, PE BS, Civil Engineering ■ Construction manager for the Long Beach Airport Construction Manager Civil Engineer, California Parking Structure 30769 ■ Construction manager for the Norman Y. Mineta San Jose International Airport Expansion Mike Stewart N/A ■ Resident construction manager/inspector for Senior Construction reconstruction of entrance roads and parking lots for Inspector the Burbank Airport Authority ■ Provided construction contract documents and bidding services, contract administration, construction staking and construction management for Chino Airport Dan Butts(BBCS) N/A ■ Forty years of experience into the construction industry Constructability Review/ ■ Superintendent for the Ontario Airport Service Scheduling Baggage Handling Facility project Suresh Rayana(BBCS). MIS,Construction Science ■ Over 25 years of construction cost estimating Cost Estimating BS, Civil Engineering ■ Cost estimator for the San Diego International Airport Terminal Two project Jennifer Kuchinski MS and BS, Civil ■ Assisting with baseline data collection and analysis Safety Management Engineering to establish core safety risk management panels, and Systems report on other best practices at Lambert-St. Louis International Airport(SLT) ■ Responsible for construction administration services for various airside and related airfield general improvement projects at SLT Paul Hamilton Rivers(GPSi) American Society for ■ Project manager responsible for aerial survey and Aerial Surveying Photogrammetry& mapping for the: Remote Sensing(ASPRS) ■ San Bernardino international Airport; Barstow-Daggett Active Member#25400 Airport and Needles Airport since 1990° Ramon B. Ramos(GPSi) BS, Geodetic engineering ■ Chief photogrammetrist responsible for Chief Photogrammetrist Certified photogrammetric for the: Photogrammetrist ASPRS ■ San Bernardino International Airport, Barstow-Daggett Airport and Needles Airport Chester Britt(AA) BA, Sociology and ■ Outreach project manager for the LAWA Air Quality Public Outreach Business Administration and Source Apportionment Study ■ Developed project fact sheets and brochures to help with community outreach ® CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- - sulting Services for Palms Springs International Airport 47 SECTION D Qualifications Parsons Brinckerhoff's airport experience starts with general aviation fields parsons Brinckerhoff has and extends to some of the world's largest and most sustainable international developed projects at San airports.For more than 50 years,Parsons Brinckerhoff has been a recognized Bernardino International leader for planning and engineering design through CM for the rehabilitation Airport(former Norton Air of runways,taxiways,terminals,aprons,and other airside and landside Force Base)funded with AI P facilities. funds. These projects included the rehabilitation of hangar Parsons Brinkerhoff has a strong presence in California with numerous roofs, surface parking lots, projects in progress or successfully completed with key local public agencies roo rooand rehabilitation of terminal and municipalities.Our San Bernardino office has been providing full buildings, among others. aviation services to several San Bernardino County airports,including past experience working with the City and PSP.We most recently completed projects at Bob Hope Airport CM for Runway Guardlights and Taxiway D,E, and G and Southern California Logistics Airport's Taxiway C projects,and are currently providing services to Long Beach Airport,Southern California Logistics Airport and the San Bernardino County Airport System.The graphic shown below in Exhibit 9 displays all of the airports within Southern California that the Parsons Brinkerhoff team has provided similar services including terminal design/rehabilitation,pavement rehabilitation,lighting, landscape architecture and other airside/landside design engineering components. Exhibit 9,The Parsons Brinckerhoff Team's Airport Experience Barstow- FoxAirfield Southern Daggett Needles i California Apple + T Logistics Vall1ley Van Nuys Bob lHope + T + T Cable Redlands 1 Municipal $an 11 TwPalms ne + Bernardino T Palms Los na ona International "I_ Interonal Ona io +/\ .1_ International (. 1� March Air T - Reserve Base palm Springs Riverside 1l Long Beach Chino Municipal T International John Wayne - Legend taxi 3 + Architectural and/or engineering ' f e s`, design services provided Parsons Brinckerhoff's. San Bernardino Office CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation PARSONS Consulting Services for Palms Springs International Airport 8HOFF __ 48 SECTION D Qualifications Parsons Brinckerhoff has Parsons Brinckerhoff's experience with the FAA and knowledge of their extensive experience working regulations,policies,procedures,and advisory circulars will help expedite with FAA funded projects. Of completion of all tasks associated with this project.Our project manager,Chuck $10 billion in recent projects, McCormick,joined Parsons Brinckerhoff following a 20-year career with the FAA's we'helped secure$8 billion in Western-Pacific Airports Division and Los Angeles Airport District Office(ADO), funding, including FAA AIP and where he worked with design engineers to properly apply FAA engineering standards MAP funding. Regionally,these to aviation projects in Southern California.Chuck has taught airport lighting,signage projects included: and pavement marking classes at the FAA Academy and is also the author of theFAAS • San Bernardino International "AdvisoryCircular 150/5345-56,Specifications for L-890 Airport p Airport Lighting Control and a Phoenix/MesaGateway Monitoring System(ALCMS):' Airport In these times of reduced funding from the FAA,we will work with you and the FAA to ■ March Inland Port design the project to the anticipated funding levels. _ Meeting our clients'expectations isn't just a goal,it's a necessity.Funding,timing and use impact are integral to our scheduling and monitoring.We drive ourselves and our subconsultants to deliver on-time and at or under engineer's estimate without endangering workers or travelers,the environment,or product quality.For example,at Redlands Municipal Airport,to keep to the client's tight closure schedule for a runway reconstruction,we applied innovation and materials recycling to complete the project in just 15 days. Our staff is experienced at managing projects in climates similar to that at PSP,and we have developed procedures to keep projects on schedule.These efficiencies not only enhance scheduling,but provide rewards to the bottom line.For example,on six recent projects similar in scope to those proposed for PSP,located at Redlands,Riverside,Needles,Chino and Twentynine Palms airports,final construction costs returned savings of$50,000 to$530,000 per project vs.engineers'estimates.Money saved is time saved. The following project descriptions demonstrate our ability to successfully complete a project while remaining within the client's budget. Barstow-Daggett, Chino, Needles,Twentynine Palms Airports, California As part of the on-call engineering services for San Bernardino County,Parsons Brinkerhoff has performed design engineering and construction management services for several airports located within the County.Parsons Brinckerhoffhas applied innovative approaches to help manage the County's projects on time and on budget. Through design reviews,value engineering and constructability reviews,schedules and budgets are right-sized at the outset to help limit change orders and control both the timetable and the bottom line.At three County airports,savings have reached a cumulative$850,000 to date.Some examples of our projects include the following: Twentynine Palms Airport ■ Construction of Runway 8/26 ■ Installation of edge lighting upgrade of electrical vault ■ Rehabilitation of Runway 17/35 ■ Development of Airport Layout Plan(ALP) ■ Rehabilitation of Taxiway A ■ Reconstruction of terminal ramp , ® PARSOM CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation Con- BRAVCKERHOFF suiting Services for Palms Springs International Airport SECTION D Qualifications Needles Airport -- p ■ Reconstruction of Runway 11/29 ■ Drainage and erosion control `,'° ■ Reconstruction of Runway 2/20 and ■ Installation of Precision Approach Path parallel taxiway Indicator(PAPI)on Runway 11/29 and ■ Safety area improvements for Runway Runway 2/20 2/20 and Runway 11/29 ■ Upgrade of electrical vault,main ■ Taxiway rehabilitation and overlay electrical services added ■ Development of ALP Saving the County's Revenue: By grinding the center 100 ft. Chino Airport of Needles Runways 11/29 and 2/20, and compacting and ■ Runway 3/2l safety area improvement ■ Drainage and erosion control reshaping the AC grindings ■ Reconstruction of Runway8/26 ■ Installation ofPAPl for Runway 3/21 using an approved Caltrans ■ Construction of Taxiways Al,F,H and I and lighted wind cones modified pavement, Parsons ■ Reconstruction of Taxiways C,D and E ■ New tower lighting instrumentation Brinckerhoff achieved a 30% ■ Roadway design panel savings in AC and base costs. ■ Perimeter road design ■ ADG hangar complex improvements r, � ■ Electrical vault improvements ■ General aviation(GA)apron design vet and construction ■ ALP narrative Parsons Brinckerhoff has been providing services to the SBIA Authority(SBIAA) since 1992 in support of a program for new development and modernization with over 100 task assignments completed in the past 20 years.Projects included hangar roof replacement and repair,upgrading the airside fire station,seismic retrofit of the Innovation that Makes Dollars terminal building,tenant improvements for Building 730,a number of series 500 and and Sense: For paving in 900 building remodels,runways,taxiways,drainage,water,sewer and parking lot demanding desert conditions, improvements.The scope of services includes full design,architecture,engineering, such as those typically found in CM,inspection and testing services for these tasks,boundary,topographical,utility, the County, we modify the P401 construction staking,quality control surveys specification to increase the Similar to the County of San Bernardino on-call projects,innovative design features, percentage of air voids to help the experience of our staff and effective management strategies were used to help minimize cracking and prolong pavement life. maintain SBIAs budget and schedule.We have continuously met or exceeded SBIA's goals on projects such as: Hangar 695,763 and 795 Roof Repair:Parsons Brinkerhoff prepared plans, specifications and bid documents and provided CM services for roof repair on - Hangars 695,763 and 795.The work included inspection of the existing roofs, providing recommendations for replacing or repairing of the various roof components including:skylights,gutters,downdrains,access ladders,replacement of rotten or - damaged roof purlins,removal of lead based paints and repainting. CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation p Consulting Services for Palms Springs International Airport 111111111111WICIIIIERHOFF rin SECTION D Qualifications Terminal Building Roof Repair and Seismic Retrofit:Parsons Brinkerhoff prepared project studies and bid documents required for replacing the terminal building roof and seismic retrofitting of the building structure.The work included new roofing,siding,painting,reinforcing of building columns and roof trusses required to bring the building up to current Seismic Zone 4 Standards for building occupancy. Fire Station Upgrades-San Bernardino International Airport:Parsons Brinckerhoff provided a full range of services required for remodeling the existing Applying foam roofing on Hangar763 military fire station to meet current requirements for the San Bernardino City Fire in lieu of standard built-up roofing Department and Federal Customs Service.The work included design and CM for provided cost savings without costing a new torch pitch roof,adding oil water separator system,repair of garage door, quality. painting,carpet,window coverings andreconnectionsto publicutilit y systems. Building 730 at San Bernardino International Airport:Parsons Brinkerhoff provided a full range of design and CM services required for the remodeling of Building 730 to meet current City standards required to allow for its use to service various office users.The work included design and CM for new office space,retrofit of the HVAC systems,electrical services,restrooms, painting,carpet,interior lighting,roof repair and parking. Parsons Brinkerhoff more than understands the importance of using DBE firms.We bring a strong historical record of achieving subcontract and small,disadvantaged,and female-owned business participation goals.On virtually all Parsons Brinckerhoff projects,business opportunities are offered to one or more of these firms.For this project,we have included three DBE firms(Arellano and Associates,GPSi and Lynn Capouya)and will match and/or exceed the DBE for each assigned task order.We have distinguished ourselves as a positive and consistent force in developing a talented and experienced network of minority and female businesses,and integrating their skills into our project teams. Our approach to DBE participation has always been to involve subconsultants in meaningful roles.Over the years,we have developed a good working relationship with many excellent DBE firms throughout the region.We are proud of the way we have supported the success of disadvantaged,minority-and women-owned firms that have supported us on hundreds of projects. Parsons Brinckerhoff does not approach minority participation as a"requirement"or"percentage of work"Our emphasis focuses on mentoring and developing small businesses through active participation as a Parsons Brinckerhoff team member— not in a secondary role as a subconsultant,but as an integral component of the team.Our track record is well-documented with numerous minority and small business outreach programs on a national level. As seen in the table on the next page,Exhibit 10 DBE participation,Parsons Brinckerhoff not only meets DBE requirements goals,but continuously exceeds them. CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- : ® V MDFF sulting Services for Palms Springs International Airport 51 SECTION D Qualifications Exhibit 10, DBE Participation Actual Percentage Project Narne Total Goal Participation Over Goal LAWA On-Call Airside/Landside Engineering* 15% TBD TBD Long Beach Airport On-Call Engineering 6% 8% 20% Caltrans District 8 On-Call 17% DBE 39.8% 123% BART Airport Extension-San Francisco 20.1% 32.7% 65% Caltrans District 6 CM 18% DBE 33% 83% Caltrans District 4 Toll Bridge No DBE Goal 7% 7% Caltrans District 59 Toll Bridge CM No DBE Goal 24% 24% San Bernardino International Runway 6/24 5% 15% 70% Group VI Rehabilitation' Caltrans District 4 On-Call 10% 14% 40% projec&oivea Parsons Brinckerhoff has an overall excellent track record in meeting project design 777 budgets as a result of internal reporting systems in place on every project At theea a gtanoaresinception of each project,Parsons Brinckerhoff assigns a specific job number against A sons Iea,n. which labor and expenses are charged and tracked.The project cost reporting system „�„�, SNkN ld. ! receives electronic timesheet data from personnel worldwide on a weekly basis _ .D.,®o�manr Managn-nent through an intranet/internet website which is automatically incorporated into the �'_!—I•��®a<n«+�rema Pro}ett '•Prvg�s AapoMnq Parsons Brinckerhoff Information System(PBIS).Project managers are provided Mnace, •um�ev ce«EI,Wrinn with reports on a weekly basis identifying who has charged hours and other direct Fwl costs/expenses to their projects.They also receive a summary status report every four 0 aar� !:onhMe Me be , weeks on the cumulative charges that have accrued to their projects.Subconsuitant r—� i. :�d V.&wr<uP �1—J '•n'reeaeC Uzwaona®Pa05 invoicing information is also included in these reports.The data on these repo WIT rts c« '.a can also be provided at more frequent intervals or accessed as needed on-line by the project manager through PBIS.In this way,our Project Manager,Chuck,is ProjectSolves provides a convenient means of communication among team _. always informed of the most current incurred costs and percentage of budget members and the client,that helps spent so he can take actions to counter trends that could lead to cost overruns. achieve project success. An important tool utilized by Parsons Brinkerhoff is the Earned Value Management(EVM)techniques for measuring project progress in an objective manner.EVM has the unique ability to combine measurements of scope,schedule,and cost in a single integrated system.When properly applied,EVM provides an early warning of project performance problems.When deviations(+/-5%)from planned budget expenditures are detected, the Parsons Brinkerhoff team will analyze the deviation and take the necessary corrective action to bring the project back within plan. Another tool that Parsons Brinkerhoff provides is an interactive internet contract and project tool,ProjectSolve,that: ■ Serves as a repository of project information ■ Tracks versions of documents ■ Access to control to posted information ■ Maintains current versions for all team members ■ Houses a Team directory with all contact information ■ Provides alerts and notification ■ Maintains a calendar to identify events,deliverables,and ■ Provides information security,regardless of location or ! other critical activities information CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Consulting Services for Palms Springs International Airport BR��/,IOFF SECTION D Qualifications Parsons Brinckerhoff is providing civil engineering - design and construction management services for a three-year period to the Long Beach Airport.To date, we have completed the design and surveying of the rehabilitation of Taxilane J;obstruction surveying and inventory of obstructions adjacent to all runways; design of the rehabilitation of Runway 7R-25L;and a runway safety area assessment.All of these projects were designed to meet FAA design standards.We are currently providing all aspects of CM services including design level constructability review,construction Parsons Brinckerhoff saved the Airport over 20%in construction phasing within an existing and operating terminal cost savings by reducing the rehabilitation of Runway 7R-25L from facility,inspection,materials testing and surveying 150 feet to 75 feet. for the construction of improvements to existing airport facilities,which include a proposed new parking structure and renovations to the existing parking structure.All of the projects were completed on-time and within budget,and the ongoing construction projects are on-budget and are scheduled to be completed on-time. A.Responsiveness and attentiveness to client needs:In order to achieve project success,it is imperative that we work closely with the Airport to fully understand their overall goals for each task order.We have standing meetings with the Airport to update them on the progress and current status of the project,budget,schedule,as well as any potential issues that need to be immediately addressed.Meetings are typically held every two weeks to assure that all of the tasks are on- time and budget.Should the Airport have any issues or questions in regard to any of the projects,we have a project office located within the Airport vicinity which makes face-to-face communication easily accessible. B.Creative and problem solving ability,For the Runway 711-25L project,the Airport originally wanted to rehabilitate the runway to the FAA standard runway size of 150 feet. However,due to the nature of the runway and the type of aircrafts that will be utilizing this runway, Parsons Brinckerhoff suggested that instead of rehabilitating the entire 150 feet of runway,the Airport can rehabilitate 75 feet instead,which stilt - meets FAA standards,but will save the Airport over 20%in construction costs. C.Knowledge and understanding of the latest ' trends and systems used by other airports:For this s" project,Parsons Brinckerhoff designed the runways During the rehabilitation of Taxiway J,three of the airport tenants for FAA asphalt pavements standards,which is were stuck without direct runway access. Parsons Brinckerhoff specific to the airplanes weight The design will solved this problem by phasing the rehab and by utilizing a "tow-no- incorporate P-401 pavement to provide at least a go" function in which planes were towed over the grassland to the adjacent runway so they can continue their normal flights. mPAMOM CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation Con- OFF suiting Services for Palms Springs International Airport - - - - 53 _. _. SECTIOND Qualifications 20-year life cycle.In addition,new high intensity runway lights will be designed The new garage will have and installed along with runway guard lights at nine connector taxiways.The guard four levels above grade with tights will be installed to alert pilots to the approaching runway intersection to half of its footprint dedicated minimize runway incursions.The guard lights will utilize the latest LED technology to employee parking at to extend lamp life and to reduce maintenance and operational costs. half a level below grade. Ultimately the structure Another program we implement is a Safety Management Systems(SMS).SMS is a will have capacity for 4,104 newprogram proposed by the FAA(per AC 150/522-37 dated February 28,2007). automobiles and a total floor As currently proposed,the requirement would make the implementation of a area approaching 1.36M SMS program mandatory for U.S.airports that are certified under 14 CFR Part 139, square feet. Certification of Airports.The Airport would need to develop and implement this investigative and safety reporting system. This new process will change the way Construction Safety and Phasing Plans(CSPP)are developed and reviewed.In lieu of the owner and consultant preparing the CSPP at say the 90%submission and forwarding it to the FAA for review, the FAA now requires(per FAA Order 5200.11 FAA Airports(ARP)Safety Management System)a local panel(Airport _ personnel,TSA,FAA,etc.)be convened early on in the process(at the 30%level)to conduct a Safety Assessment of the project.This panel will look at all aspects of the project planning,design and construction to identify potential hazards, analyze the potential risk associated with those hazards,assess the risk and provide guidance for mitigating the risk. Parsons Brinkerhoff has been actively involved in the SMS pilot programs and is providing these services on a regular basis to our airport clients as they apply to our aviation design and construction projects.Or SMS experts stand ready to provide these services to the Airport on the runway assignment as part of our contractual scope of work. D.Analytic and diagnostic capability:Since 711-25L is the airport's busiest runway,Parsons Brinkerhoff developed a phasing plan to minimize impacts to the runway during reconstruction and identifies several airport layout alternatives as part of the design.While designing Runway 7R-25L,it was apparent that three key tenants within the runway's vicinity would be affected by the rehabilitation.The current runway had a"one-way-in/one-way-out"design, which during the rehab would completely block access to the three tenants who frequently need use of the runway. This issue was further analyzed by our team and a solution was created.In order to keep access open to the three tenants(the Los Angeles County Sheriffs The existing 24-year-old four- level parking garage will be ' Department,Long Beach Fire Department and private jet carrier JFI,JetCenter), "dressed up" to fit the sytle the team decided to phase the rehabilitation as well as create a through-way that of the new garage and the would open connect to the adjacent runway.with this solution,the tenants will pre-WWII vintage passenger be able to get a tow from their current location to the adjacent runway,while the terminal building will be rehabilitation moves forward. upgraded to meet current E.Oral and written communication:In order to achieve project success TSA standards. communication is a key factor.Day-to-day communication provides us with an invaluable tool in the transfer of information to keep the Parsons Brinckerhoff team updated on the tasks at hand as well as the Airport.Our engineering project manager regularly met with the Airport staff to discuss the schedule and budget for each ongoing task order as well as any potential issues or scope changes that needed to be addressed immediately. CITY OF PALM SPRINGS Statement of Qualifications No. 03-12 for As-Needed Aviation PAR6010 m ' Consulting Services for Palms Springs International Airport {QjF 54 SECTION D Qualifications We also submitted monthly status reports outlining the status of each task order.The Status Reports indicated the percentage complete,budget status,and recommend decisions to ensure on-time delivery of each task order. F.Interaction with client's organizations,other divisions and personnel:During our contract with the Airport, Parsons Brinkerhoff has to had to coordinate efforts with several stakeholders including the City of Long Beach,City of Long Beach,Public Works Department,City of Long Beach Airports Department,FAA Airport Division,Caltrans Department of Aeronautics and several tenants. G.Project funding.Parsons Brinckerhoff assisted the Airport with FAA AIP grants,by developing the cost estimates for the grant applications.All of the projects to date have been on budget and with the design modification of the current Runway 7R-25L project,we will be able to shave off 20 percent of the construction costs. m CITY OF PALM SPRINGS Statement of Qualifications No.03-12 for As-Needed Aviation Con- suiting Services for Palms Springs International Airport 55 EXHIBIT "C" SCOPE OF SERVICES Over the term of this agreement, it will be the City of Palm Springs that will determine which projects are eligible for professional services offered in this As- Needed arrangement. Consistent with the Federal Aviation Administration regulations, each project selected for professional services then shall have the scope developed by its level of effort based on the specific need of each discipline involved. Secondly, an independent fee estimate, where needed, shall be obtained using an FAA qualified third party firm. This independent report will then be utilized to make any adjustments and negotiate a final scope of services. The attached schedule of compensation will be utilized to calculate the total cost of the final scope. A lump sum or hourly not-to-exceed contract will be developed and approved as an amendment to this master As-Needed services agreement. 720669.1 56 EXHIBIT "D" SCHEDULE OF COMPENSATION PALM SPRINGS INTERNATIONAL AIRPORT AS-NEEDED AVIATION CONSULTING SERVICES Parsons Brinckerhoff, Inc. Rate Sheet Thru December 31,2013 Rate Range Average Raw FAR Ovhd Rate Fixed-Fee Average Classification Rate Hourly Bill 158.200% 10.00% HOME OFFICE PROJECT MANAGER ($75-$85) $79 $125 $20 $224 TASK MANAGER ($75-$80) $79 $125 $20 $224 QA/QC ($70-$75) $70 $111 $18 $199 SENIOR PROJECT ENGINEER ($60-$70) $68 $108 $18 $193 SENIOR ENGINEER ($55-$65) $61 $97 $16 $173 CIVIL ENGINEER ($45-$55) $47 $74 $12 $133 JUNIOR ENGINEER ($30-$40) $37 $59 $10 $105 LICENSED LAND SURVEYOR ($50-$60) $57 $90 $15 $162 UTILITIES ENGINEER ($40-$50) $45 $71 $12 $128 HYDRAULICS/SWPPP ($40-$50) $44 $70 $11 $125 SR.ARCHITECTURAL MANAGER ($85-$95) $90 $142 $23 $256 ARCHITECT ($60-$70) $63 $100 $16 $179 SMS TECHNICIAN ($60-$70) $65 $103 $17 $185 PLANNER ($45-$55) $51 $81 $13 $145 SENIOR CADD ($40-$50) $44 $70 $11 $125 CADD ($30-$40) $37 $59 $10 $105 PROJECT ADMINISTRATION ($30-$35) $32 $51 $8 $91 ADMINISTRATIVE ASSISTANT ($20-$28) $24 $38 $6 $68 PRINCIPAL IN CHARGE ($85-$95) $88 $139 $23 $250 SENIOR ADVISOR ($80-$90) $85 $134 $22 $241 Rate Range Average FAR Ovhd Rate Fixed Fee Average Hourly FIELD OFFICE Raw Rate 109.80% 10% Bill Rate CONSTRUCTION MANAGER ($70-$80) $79 $87 $17 $182 RESIDENT ENGINEER ($65-$75) $68 $75 $14 $157 SENIOR INSPECTOR ($50-$55) $52 $57 $11 $120 INSPECTOR ($35-$45) $37 $41 $8 $85 OFFICE ENGINEER ($35-$45) $42 $46 $9 $97 DOCUMENT CONTROL ($25-$35) $31 $34 $7 $72 SURVEY MANAGER ($50-$55) $52 $57 $11. $120 2 MAN SURVEY CREW ($100-$120) $102 $112 $21 $235 *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. 57