Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04487 - VSA AIRPORTS ENGINEERING MO7059
Page j of 1 Kathie Hart From: Jay Thompson Sent: February 02, 2009 12:00 PM To: Kathie Hart Subject: FW: Conflict of Interest Please close the current contact with VSA for Airport Engineering Services, per Tom Nolan. THANKS, Jay. From: Thomas Nolan Sent: Monday, February 02, 2009 10:08 AM To: Jay Thompson Subject: RE: Conflict of Interest Thank you for the guidance. With regards to the VSA contract, the PO was closed on 912/08 and so should the contract have been closed. Thanks TPN v 02/02/09 AMENDMENT#13 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS THIRTEENTH AMENDMENT TO AGREEMENT NO. 4487 FOR CONTRACT SERVICES, (herein "Amendment") is made and entered into on the � day of 1 2008, by and between the CITY OF PALM SPRINGS (herein 'City") and VSA AIRPORTS [ c. (herein "Contractor")_ (The terTn Contractor includes professionals performing in a consulting capacity.), is hereby effective , 2008 as follows.- RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. B. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services_ NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "C" below (for $100,000.00), so that the revised Contract Sum shall read "Three Million Eight Hundred Eighty Six Thousand Two Hundred Fifty and 00/100 Dollars ($3,886,250.00)", with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by adding Project No.2d with all other provisions of Exhibit "A" remaining unmodified and in full force and effect Project# Project Title/Description Task Assignments' 2, Airport Roadway Systems (300' Mitigation Rule) d. Rental Car(Ready/Return) Parking Lot Expansion—Field A, C, D, F, Engineering/Contract Administration G, I, K `tasks as defined in the original contract Section 4: Exhibit "C" Schedule of Compensation, Part II — Project Specific Compensations is hereby amended by adding Project No. 2d, with all other provisions of Exhibit"C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation (Not To Exceed) 2. Airport Roadway Systems (300' Mitigation Rule) d. Rental Car(Ready/Return) Parking Lot Expansion—Field $100,000.00 Engineering/ Contract Administration Payment Schedule: $50,000.00 July 31, 2008, $30,000.00 August 31, 2008, $20,000.00 September 30, 2008. VSA AIRPORTS,Inc.,Agreement 4487,Amendment#13 1 Section 5: Exhibit "D" Schedule of Performance is hereby amended by adding the dates for Project No.2d, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: Project# Project Title/Descri tion Commence Complete 2. Airport Roadway Systems (300' Mitigation Rule) d. Rental Car (Ready/Return) Parking Lot Expansion June 1, 2007 September 16, 2008 Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect_ Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. Section 8: Resolution of outstanding issues: With the approval of this amendment, any and all issues between City and Contractor in existence as of the date of this amendment are hereby resolved. (Signature Page Follows) VSA AIRPORTS,Inc.,Agreement 4487,Amendment#13 2 Y N WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING - a municipal corporation City Clerk City Manag PPROv�D aFORM: APPROVED BY CITY COUNCIL By _ ,�r✓� City Attorney CONTRACTOR: Check one: Individual Partnership—C oration Corporations re two notarized signatures: One from each of the folld ing: A. Chairman of Board, President,or any Vice Pre dent: ND B7er, rV A istant Secretary,Treasurer, ssist nt Treasurer, orief Financial OthcerBy. By: l Signa ure(notarized) // Signature notarized) Name: n�Y�/ hG�v� w Name: �/�/Ja kol 14 _ C/9 c)-, r- Title: raS•c�N'/ Title: C"I^e n . . «. ............... State of State of C dr C cz� c7 County of // � County ofrL�G�u y On-/ 0�befareme, /.d/ //�9�✓� �� ✓3 gOni U 6eforeme, K�'1CC�\�'��p ck1�� Y personally appeared �od�an .�'f�FJ � personally appeare��a.1Ck � =-LgDCGC-,r who proved to me on the ba $of satisfactory who proved to me on basis of satisfactory evidence to be the person( whose name#) evidence to be the person(s)whose name(s) re is/a subscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/shaFthey and acknowledged to me that helshetthey executed the same in his/lwNtheir authorized executed the same in his/her/their authorized capacity(iar),and that by his/herkheir capacity(ies),and that by his/her/their signature(o on the instrument the persorS(s/), signatures(s)on toe instrument the person(s) or the enty upon behalf of which the or the entity upon behalf of which the person acted, executed the instrument person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under the laws of the State of California that under the laws of the State of California that the foregoing paragraph is true and correct. the foregoing paragraph is true and correct. WITNESS my hand nd officials L WITNESS my handtndffipal eNota Si nature: !d.�1.- �Ir-+ . /!i/ l ry g ✓ Notary Signature: I Notary Seal: ��� � Notary Seal: REGINAGRANT L NICOLE BIDWELL a .in. Notary Commission# 1519496 NOTA RY PUBLIC m Notary Public-California STATE OF CpLORADO z � - � Riverside County My Comm.Expires Oct 15,2008 My Commission Expo res 05/29/2011 VSA AIRPORTS,InF,Agreement 4487,Amendment 813 3 AMENDMENT#11 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS ELEVENTH AMENDMENT TO AGREEMENT NO_ 4487 FOP CONTRACT SERVICES, (herein "Amendment") is made and entered into on the Slay of v 2007, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. (herein "Contractor'). (The term Contractor includes professionals performing in a consulting capacity_), is hereby effective , 2007 as follows: RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. 6. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows.- Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "C" below (for$190,000.00), so that the revised Contract Sum shall read "Three Million Seven Hundred Sixty Nine Thousand and 001100 Dollars ($3,769,000.00) with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by adding Project No.2d with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Project# Project Title/Description Task Assignments' 2. Airport Roadway Systems (300' Mitigation Rule) d. Rental Car (Ready/Return) Temporary Parking Lot Expansion A, C, D, F, G, I, K *tasks as defined in the original contract Section 4: Exhibit "C" Schedule of Compensation, Part 11 — Project Specific Compensations is hereby amended by adding Project No. 2b, with all other provisions of Exhibit"C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation(Not To Exceed) 2. Airport Roadway Systems (300' Mitigation Rule) d. Rental Car (Ready/Return) Temporary Parking Lot Expansion $190,000.00 Section 5: Exhibit "D" Schedule of Performance is hereby amended by adding the dates for Project No.2d, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: ORIGNMAL 'iU v5A AIRPORTS,Inc.,Agreement 4487,Amendment lkt 1 BIND/OR AGREEPAq-1 project# Project Title/Description Commence Complete 2. Airport Roadway Systems (300' Mitigation Rule) d. Rental Car(Ready/Return) Temporary Parking Lot June 1, 2007 May 1, 2008 Expansion Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) vsA AIRPORTS,Inc.,Agreement 4487,Amendment#11 2 IN WITNESS WHEREOF, the parties_ have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING a municipal corporatio By: City Clerk City Manager PPROVED A FORM: APPROVED BY CITY COUNCIL City�ttdrney \ CONTRACTOR: Check one: Individual —Partnership Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or an Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fina cl OfficerB :. . "' 4_ By: re (notariz Signature (notarized) Name: Name: 00r)6/cl Title: Title: 6e c. State of G /� State of County of vdz�S"� County of Gcr�70 Orl, /a' before me, h , / On_�- before mes 1P Si'Fo /l&I4— personally appeared �li ���J� 1��0� personally appeared11��� C personally known to me(or proved to me on personally known to me(or proved to me on the basis f satisfactory eviden e)to be the the basis of satisfactory evidence)to be the person(pwhose name if Ve subscribed person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to tha I§XeltKey executed the same to me that he/she/they executed the same in is r/ ei authorized capacity(Ws), and in his/hedtheir authorized capacity(ies), and that by 11rlthr signatures on the that by his/her/their signatures(s) on the instrument the person), ore entity upon instrument the person(s), or entity upon behalf of which the person(§�acted, behalf of which the person(s) acted, executed the instrument- executed the instrument. WITNESS my hand fticial seal. WITNESS my hand and o Icial seal, Notary Signatur .� �` Notary Signatuue: Notary Seal: Notary Seal: IJMIFDAY JR. .dESSI 9UTAlmL. ~cammma l�lt�gl NOTARY PUBLIC lwroryelsida rubfic County � BTATE OF COLORAaO Rlvmldr County Mypv�6p whioll,2MI �My Commission Expires Sept.24,2010 VSA AIRPORTS,Inc,Agreement 4487,Amendment#11 3 AMENDMENT#10 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS TENTH AMENDMENT TO AGREEMENT NO. 4��K FO CONTRACT SERVICES, (herein "Amendment"') is made and entered into on the ':day of loogwkn 2007, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. erein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective 9UhUPAYi A, 2007 as follows: (J RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. B. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "G" below (for $12,000.00), so that the revised Contract Sum shall read "Three Million Five Hundred Seventy Nine Thousand and 00/100 Dollars ($3,579,000.00)", with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by adding Project No-10b with all other provisions of Exhibit "A" remaining unmodified and in full force and effect. Project# Project Title/Description Task Assignments* 10 Rehabilitation / Expansion of Aircraft Parking Aprons b. R.J. Terminal Aircraft Shore Power, Apron Light Relocation, G, K Protection Bollards and Minor Bldg. Perimeter Paving "tasks as defined in the original contract Section 4- Exhibit "C" Schedule of Compensation, Part II — Project Specific Compensations is hereby amended by adding Project No. 10b, with all other provisions of Exhibit"C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation (Not To Exceed) 10 Rehabilitation / Expansion of Aircraft Parking Aprons b. R.J. Terminal Aircraft Shore Power, Apron Light Relocation, $12,000.00" Protection Bollards and Minor Bldg. Perimeter Paving (""Time & Expense plus 5% O&P, Not To Exceed $12,000.00) Section 5: Exhibit "D" Schedule of Performance is hereby amended by adding the dates for Project No.10b, with all other provisions of Exhibit"D" remaining unmodified and in full force and effect: VSA AIRPORTS, Inc.,Agreement 4487,Amendment#10 1 Project# Project Title/Description __ Commence Complete 1 Rehabilitation / Expansion of Aircraft Parking Aprons b. R.J. Terminal Aircraft Shore Power, Apron Light Jan 15, 2007 April 15, 2007 Relocation, Protection Bollards and Minor Bldg. Perimeter Paving Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) VSA AIRPORTS,Inc.,Agreement 4487,Amendment#10 2 R h - IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. _ ATTEST: CITY OF PALM SPRING a mun)cipal corporation City Clerk City Manage APPROVED�4 O FORM: APPROVED By CITY COUNCIL By: / Ul G �41 y A orney CONTRACTOR: Check one: Individual Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A, Chairman of Beard, President, orjan"ice President: AND B, Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief FinancciiVOfFc-pr7 Si n ure notarized r( ))� , Signature (notarized) Name: Name- Title: / 6'/9l/d I Title: State of (� ,r��,i/F� State of County of_/c/d S/L7 County of 4'yl a J c _ O �2cc/before me, x�y �+ l m����� Oi �befare me, personally appeared �aCfur. �,� r�f�iU , personally appeared r r � personally known to me (or proved to me on personally known to me or proved to me on the basis of satisfactory evidence) to be the the basis of satisfactory evidence)to be the personx whose name isfae subscribed person(s)whose name(s) is/are subscribed to the withi Instrumen�acknowledged to the within instrument and acknowledged to tha�ie/sve/toy executed the s e to me that he/she/they executed the same in i her/ Ir authorized capacity(iand in his/her/their authorized capacity(ies), and th by s f'ef�IthGi(signaturesXon the that by his/her/their signatures(s) on the instrument the persoryK or entity upon instrument the person(s), or entity upon behalf of which the person,(X) acted, behalf of which the person(s) acted, executed the instrument. executed the instrument. WITNESS my hand and icial seal. WITNESS my hand and official seal. r Notary Signaturev - ,C Notary Signatu` Notary Seal: Notary Seal: JAMES DAY, JR. JESSHE MAUL COMM.#1401203 U #y NOTARY PUBLIIECCUNrYIC-CALIFORNIA NOTARY PUBLIC Y� MY COMM UPIRES FEB 18 2007 STATE OF COLORADO My Commission Expires Sept.24,2016 VSA AIRPORTS.Inc.,Agreement 4487.Amendment#10 3 AMENDMENT#9 ' AGREEMENT NO. 4487,AIRPORT ENGINEERING SERVICES THIS NINETH AMENDMENT TO AGREEMENT NO. ^��87 FOR CONTRACT ' SERVICES, (herein "Amendment") is made and entered it on the J ay of _2006, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. (herein "Contractor, (The to Contractor includes professionals performing in a consulting capacity.), is hereby effective L)r 7PV 1 , 2006 as follows: RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreementj, as duly amended from time to time- B. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2,1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "C" below (for $47,000.00), so that the revised Contract Sum shall read "Three Million Five Hundred Sixty Seven Thousand and 001100 Dollars ($3,567,000.00) with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by adding Project No. ia, with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Aroject# Project Title/Description Task Assignments* 1 Access Control System Replacement a. System expansion for New Commuter Terminal A, G, K 'tasks as defined in the original contract Section 4: Exhibit "C" Schedule of Compensation, Part It — Project Specific Compensations is hereby amended by adding Project No. la, with all other provisions of Exhibit "C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation(Not To Exceed) 1 Access Control System Replacement a. System expansion for New Commuter Terminal $47,000.00 (Exhibit 0-1 Breakdown attached) Section 5: Exhibit I'D" Schedule of Performance is hereby amended by adding the dates for Project No. 1a, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: Ej�l �l,ltil. 'M 7 VSA AIRPORTS,Inc.,Agreement 4487,Amendment F9 + pT�, l+^-'FIL,dc�e u—�,� 1 Project# Project Title/Description Commence_ Complete 1 Access Control System Replacement a. System expansion for New Commuter Terminal Sep.18, 2006 April 30, 2007 Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that O such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) VSA AIRPORTS,Inc.,Agreement 4497,Amendment 09 2 i IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first - wridenabove. - _ ATTEST. . CITY OF PALM SPRING a municipal corporation City Cler Ci y er APPRO D To FORM: APPROVED BY CITY COUNCIL By. mo City A mey CONTRA OR: Check one: _Individual —Partnership�Corporatlen Corporatio s require two notarized signatures: One from each of the following: A, Chairman of Board, President, or any Vice President: AND B. Secretary,Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fin cc�I officer.BY: / GY.�� cti�t-�< S-ig�n t7ure(notarize Signature(notarized) Name: /c-v��v �l2El�Ccl`u*- Name: /ICJf?C�'FC�. fV_.-�717 � CtB„�• Title: a., Title: 5e e •Z yG S State of �����'�'� State of CrlQ07-0r-io County of ��'x �`"-� County of /7/u"f6�L�� OnS�•`T"O� beforeme,aa`'c.c��,k�, \ao�17. On -I( Z beforeme,�lli ��1I�1�•CA" personally appeared�ec� p^� r� personallyappeared e,I lrl ][l]CL Y� �)0yWL e(o proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(&)whose name(&)is/am subscribed person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/she=W executed the same to me that he/she/they executed the same in his/helAheir authorized oapacity(k*, and in his/her/their authorized capacity(ies), and that by histher4ft.*signatures(%)on the that by his/her/their signatures(s) on the instrument the person(s}, or entity upon instrument the person(s), or entity upon behalf of which the person(s}aded, behalf of which the person(s)acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and,official seal. Notary Signature: 1.• Notary Signatur'-' 5/� &aLco Notary Seal: Notary Seal: OmYcoSTEPHMIIE ,,TEELE u• SC Commission#1697336 � ' 'G rrim. Notary Publk:-CallfotnlpSan Bomardlnp County Expkes Jul 25,2M ' "���Lp�LI� :•'C�c • mac-; VSA AIRPORTS,Inc.,Agreement 4487,Amendment;f:9 •"^,��^?reat aa��r°' 3 Amendment#9 Agreement No,4497,Airport Engineering Services Exhibit C-1 Compensation Table Project la-Access Control System Replacement-System expansion for New Commuter Terminal Task Project Task Description Type Amount _ Amount A Preliminary Design Fixed Fee 5,000.00 G Security Design/Bid Package Fixed Fee 27,000.00 K Field Engineering T&E 1.) 15,000,00 47,000,00 1.)Tim&Expcn: -Not To Fxceed VSA Airports Inc r Design & Eng Services Amend 8 to Agreement A4487 AMENDMENT#8 MO 7826, 03-01-06 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS EIGHTH AMENDMENT TO AGREEMENT NO. 4487 FOR CONTRACT :SERVICES, (herein "Amendment") is made and entered into on the 1 ,day of M{py^,r,,h, 2006, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective �NtrkW,ly q_, 2006 as follows: RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. E3. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "C" below (for $920,000.00), so that the revised Contract Sum shall read "Three Million Five Hundred Twenty Thousand and 00/100 Dollars ($3,520,000.00)", with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby arnended by adding Project No. 9, with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Project# Project Title/Description Task Assignments* 9 Construct Miscellaneous Taxiway Improvements a. Runway 131-/31 R"Safety Improvements C, G, K b. Taxiways "A", "B" Pavement Rehabilitation C, D, G, K c. Taxiway "C" Pavement Rehabilitation C, D, G, K d. Taxiway Lighting Conversion to L.E.D. Lights A, G, K *tasks as defined in the original contract Section 4: Exhibit "C" Schedule of Compensation, Part II — Project Specific Compensations is hereby amended by adding Project No. 9a, 9b, 9c, and 9d with all other provisions of Exhibit "C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation (Not To Exceed) 9 Construct Miscellaneous Taxiway Improvements a. RNV"13L/31 R" Safety Improvements $45,000.00 b. Taxiways "A", "B" Pavement Rehabilitation $165,000.00 c. Taxiway "C" Pavement Rehabilitation $685,000.00 d. Taxiway Lighting Conversion to L.E.D. Lights (all taxiways) $25,000.00 (Exhibit C-1 Breakdown attached) VSA AIRPORTS,Inc.,Agreement 4487,Amendment#8 AND/OR �1D OR Section 5: Exhibit "D" Schedule of Performance is hereby amended by adding the dates for Project No. 9, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: Project# Project Title/Description Commence Complete 9 Construct Miscellaneous Taxiway Improvements a. RM/"13L/31 R" Safety Improvements March , 2006 March 31, 2007 b. Taxiways "A", "B" Pavement Rehabilitation March , 2006 March 31, 2007 c. Taxiway "C" Pavement Rehabilitation March , 2006 March 31, 2007 d. Taxiway Lighting Conversion to L.E.D. Lights March , 2006 March 31, 2007 Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) VSA AIRPORTS,Inc.,Agreement 4487,Amendment#8 2 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING a municipal corporate /t City Clerk City Manag ,��, APPROV�q AS TO FORM: / APPROVED BY CITY COUNCIL �;� , City Attorney CONTRACTOR: Check one: _ Individual _ Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or aAy Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fin�cii Officer. By: �� � ��_ By: ,Myna renotarized) / Signature (notarized) r% Name: �*� rA����N✓cc9� Name: )0/0 0/1-4° �_ -/h k rl41( Title: Title: State of C-�t7 l Ek O tit A CA State of County of Z' U ° c)c County of (D rcu)'jilo? On L t fir, before me, r zs 1 On?-Y0 before me,t_)��`�d d�t�, j y o 9t personally appeared @ a 5,)kerc _ 6`� personally appeared f 4/r� 3�.�'7,f7 all pet�sonally known tonne(br proved to me on personally known to me (or proved to me on the basis of satisfactory evidence) to be the the basis of satisfactory evidence) to be the person(gwhose name0gis/af6 subscribed person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me thaChe/she/they executed the same to me that he/she/they executed the same ingifi?,her/their authorized capacity(19Q,and in his/her/their authorized capacity(ies), and that by 8/her/their signatures�on the that by his/her/their signatures(s) on the instrument the person(;, or entity upon instrument the person(s), or entity upon behalf of which the person(sj acted, behalf of which the person(s) acted, executed the instrument. executed the instrument. WITNESS my han Viand officii [seal. f /) J WITNESS my hand and official seal. 1 „�{l 1/�,q/ Notary Signature J Ij"V6 T' 1 1� /(O` Notary Signature Notary Seal: Notary Seal: �a SAiPAH K.WALTON � - - _ G NoVary PuhIIC•California _ � Scan 8ernard1no County - - U.qy Comm.Expires Dec 5,2006� 4 VSA AIRPORTS,Inc,Agreement 4487,Amendment#8 3 Amendment#8 Agreement No. 4487,Airport Engineering Services Exhibit C-1 Compensation Table Task Project Project Description Task Type Amount Amount 9a R/W "13L/31R" Safety Improvements C Fixed Fee 8,000.00 G.A. R/W move Hold Lines to FAA Standard Distance G Fixed Fee 27,000.00 from R/W CL; Move Signs and RGLs; Install In-Pavement K T&E 1.) 10,000.00 RGLs; Return Markings (CL, edge radii) to original position 45,000.00 9b Taxiways"A", "B" Pavement Rehabilitation C Fixed Fee 20,000.00 3-inch (AC20R) overlay from Ramp to R/W"31L"H.L. D Fixed Fee 15,000.00 Grind, pave, markings, adjust signs and lights, G Fixed Fee 90,000.00 in-fill and grade rock areas K T&E 1.) 40,000.00 165.000.00 9c Taxiway "C" Pavement Rehabilitation C Fixed Fee 32,000.00 3-inch (AC20R) overlay from T/W'A"to "K" D Fixed Fee 35,000.00 Grind, pave, markings, adjust signs and lights, G Fixed Fee 428,000.00 rewire the south circuit, in-fill and grade rock areas K T&E 1.) 190,000.00 685.000.00 9d Taxiway Lighting Conversion to L.E.D. Lights (all taxiways) A Fixed Fee 5,000.00 Convert all Taxiway Lights to LED G Fixed Fee 10,000.00 K T&E 1.) 10.000.00 25,000.00 1.) Time& Expense- Not To Exceed CONTRACT ABSTRACT Contract Company Name: VSA Airports, Inc. Company Contact: Rodger Sheraton Summary of Services: Amendment#8 -Additional Airport Design & Engineering Serv. Contract Price: $920,000.00 Funding Source: AIP 40 - 415-6400-XXXXX Contract Tenn: No change: 4/24/02 -4/23107 Contract Administration Lead Department: Aviation Contract Administrator: Steve Zehr Contract Approvals Council/ Community Redevelopment Agency Approval Date: 3/1/06 Minute Order/ Resolution Number: M07826 Agreement No: A4487 _Contract Compliance Exhibits: Yes Signatures: Yes ; Insurance: Yes Bonds: N/A Contract prepared by: Steve Zehr Submitted on: 3/2/06 By: Janet Buck IPA ' Gr MEMORANDUM y a w ry� n TO: Janet Buck Aviation FROM: �( Kathie Hart, CIVIC Chief Deputy City Clerk DATE: March 14, 2006 SUBJECT: VSA Airports In Amend 8 to A4487 Design & Engineering Services Attached are three duplicate original copies of the above referenced agreement for your files and distribution. We have kept the original copy for our records. Please feel free to contact our office if there are any concerns. /kdh Attachment V S A Airports, Inc. Airport Engineering Services Amendment #7 AMENDMENT #7 AGREEMENT #4487 MO 7662, 5-4-05 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES — -- THIS SEVENTH AMENDMENT TO AGREEMENT NO. 4487 FOR CONTRACT SERVICES, (herein "Amendment') is made and entered into on the fifth day of May 2005, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective May 5, 2005 as follows: RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement'), as duly amended from time to time. B. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit "C" below (for $29,500.00), so that the revised Contract Sum shall read "Two Million Six Hundred Thousand and 001100 Dollars ($2,600,000.00)", with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by adding Project No. 10b, with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Project# Project Title/Description Task Assignments* 10 Rehabilitation / Expansion of Aircraft Parking Aprons b. Passenger Weather Protection— Landscape Architecture F, 1, J *tasks as defined in the original contract Section 4: Exhibit "C" Schedule of Compensation, Part II — Project Specific Compensations is hereby amended by adding Project No. 10b, with all other provisions of Exhibit"C" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation (Not To Exceed) 10 Rehabilitation/ Expansion of Aircraft Parking Aprons b. Passenger Weather Protection —Landscape Architecture $29,500.00 (Exhibit C-1 Breakdown attached) Section 5: Exhibit "D" Schedule of Performance is hereby amended by adding the dates for Project No. 10b, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: ANDJOR AGREEMEN-11 VSA AIRPORTS,Inc.,Agreement 4487,Amendment#7 1 Project# Project Title/Description Commence Complete 10 Rehabilitation/ Expansion of Aircraft Parking Aprons b. Passenger Weather Protection — Landscape May 5, 2005 April 30, 2006 Architecture Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) VSA AIRPORTS,Inc,Agreement 4487,Amendment#7 2 IF: WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING a municipal corporati!! By: J/ City Clerk 1 City Manager` (�A OV O FORM: APPROVED BY CRY COUNCIL By d4YV 'p v3^id'e' : •qe! ',;y^'. ? ¢S t Ci A orney CONTRA TOR: Check one: _Individual _Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President:AND B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chi7Fin 'al Office JI By: �`� By; ��f �r^i�V'; Signature(notarized) Signature (notarized) Name: /���6v � c�d�7�.w Name: Odd Title: �l�d5 c�u. lt Title: aa(,e State of C/ State of 3✓���d"did"u ��' County of /�d¢v�Ssr K c�t'j County of f L �-/ d On Jr a0�5before me, /In1T M L�7C� On j efore me, � personally appeared Raba S#Ephvp personally appeared personally known to me (eFpreved kame an personally known to me(or proved to me on the basic of safisfnctogAevkIense)to be the the basis of satisfactory evidence) to be the person(s)whose name(&) is/are subscribed person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/shaAhW executed the same to me that he/she/they executed the same in his/hecdbeir authorized capacity(iss), and in his/her/their authorized capacity(ies), and that by his/her4heir signatures(s)on the that by his/her/their signatures(s) on the instrument the person(s), or entity upon instrument the person(s), or entity upon behalf of which the person(e) acted, behalf of which the person(s) acted, executed the instrument. executed the instrument. I WITNESS my hand and official seal. WITNESS my hand and' fficial seal. Notary Signature: 7 ra � Notary Signature: Notary Seal: Notary Seal: g�NNNA �� ; ..... m ET M.BUCK a I�^� y Commission81527166 -� Notary Public-California — _ Comm.RrsicleEWM County1 My Cm.Expkw Novv 16,2000� S✓uNF/Sy VSA AIRPORTS,Inc.,Agreement 4487,Amendment#7 3 Amendment#7 Agreement No.4487,Airport Engineering Services Exhibit CA Compensation Table Project: 10b.Passenger Weather Protection Task Project Task Description Type Amount Amount F Design Review Package Fixed Fee 7,500.00 I Weather Protection/Shading/Erosion Control Design/Bid Package Fixed Fee 12,500.00 J Weather Protection/Shading/Erosion Control Construction Administration T&E 1.) 9,500,00 29,500,00 1.)Time&Expense-Not To Exceed �� ?Ev A V V \i ------------------- P S Vew-X 1,F.,.de,C—,grd G-Wa[kwy \ .. • Y � �� V U` Le9entl - O - ®® i j ns�aa�es OMe erzac Room - - �� Op e000em c..snoo,nrsa Hi , cam.W.on.em[ma fu s n9 Mam Con[ou¢e , r euv zc"� ^ �\/� nil Vasl us oroaw \ / / U/ tOi dew PeA LGonoou¢e lIf i� euv.x„"e' R551fav15 ro ruvar e+ev as"o' L y Q remm Thule PALM SPRINGS AIRPORT REGIgULJEf1ERHIN.[L I � aslre�.ma r E1-6 n3-Finar Elaamlm+ Seale f/8"=P-0" - - - - - - - Gensler MarcA I(.2005 �I I Certificate of Insurance 1 of 1 #S94834/M94830 Agency Name and Address: THIS CERTIFICATE IS ISSUED AS A MATTER OF Professional Practice INFORMATION ONLY AND CONFERS NO RIGHTS UPON Insurance Brokers, Inc. THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES 2030 Main Street, Suite 350 NOT AMEND,EXTEND OR ALTER THE COVERAGE Irvine, CA 92614-7248 AFFORDED THE POLICIES LISTED BELOW. Insureds Name and Address: Companies Affording Policies: rp Maryland Casualty Company VSA Airports, Inc.Ina 255 N. Road/l419 B.St. Paul Fire&Marine Insurance Co. t c.Lloyds of London Palm Springs, CA 92262 0 E F L COVERAGES:THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW ITIiSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT W ITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS,EXCLUSIONS,AND CONDITIONS OF SUCH POLICIES TYPE OF INSURANCE POLICY NUMBER EFF.DATE EXP.DATE POLICY LIMITS A GENERAL LIABILITY PAS37900249 04/18/05 04/18/06 General Aggregate: $2,000,000 0 Commercial General Liability Products-Com/Ops ❑ Claims Made Aggregate: $2,000,000 0 Occurrence Personal and Adv.Injury$1,000,000 0 Owner's and Contractors Each Occurrence* $1,000,000 Protective Fire Dmg. (any one fire): $1,000,000 A AUTO LIABILITY PAS37900249 04/18/05 04/18/06 Combined Single Limit: $1,000,000 ❑ Any Automobile Bodily Injury/person: $0 ❑ All Owned Autos - _ Bodily Injury/accident: $0 ❑ Scheduled Autos Property Damage. $0 0 Hired Autos 0 Non-owned Autos ❑ Garage Liability EXCESS LIABILITY Each Occurrence: ❑ Umbrella Form Aggregate: ❑ Other than Umbrella Form B WORKERS' BW02051255 04/18/05 04/18/06 Statutory Limits COMPENSATION Each Accident: $1,000,000 AND EMPLOYER'S LIABILITY Disease/Policy Limit: $1,000,000 Disease/Ernployee $1,000,000 C PROFESSIONAL FW35830EO02 04/18/05 04/18/06 Per Claim $1,000,000 LIABILITY' Aggregate $1,000,000 $0 Description of Operations/Locations/Vehicles/Restrictions/Special items: ALL ENGINEERING OPERATIONS INCL BUT NOT LTD TO PALM SPRINGS INT'L AIRPORT. CERTHOLDER IS NAMED AS ADDITIONAL INSURED ON GEN LIAB POLICY-SEE ENDT *_Written at aqqreqate limits of liabilitV not less than amount shown. Certificate Holder: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED PALM SPRINGS INTERNATIONAL AIRPORT CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION ATTN: IANE'T BUCK DATE THEREOF,THE ISSUING COMPANY,ITS AGENTS OR REPRESENTATIVES WILL MAIL 30 3400 E TAHQUITZ CANYON WY NOFC DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,EXCEPT IN PALM SPRINGS, CA 92262 THE EVENT OF CANCELLATION FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS NOTICE WILL BE GIVEN zed Representative 05/11/05 Ihon �_k���q (J P/u,)q i 5023 POLICY NO. PAS37900249 COMMERCIAL GENERAL LIABILITY. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: PALM SPRINGS INTERNATIONAL AIRPORT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) Who Is An Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. CG 20 10 03 97 01hcq Inv., 1996 y • VSA Airports, Inc. • Amendment 6 Airport Engineering AMENDMENT#6 AGREEMENT#4487 M07618, 01-19-05 AGREEMENT NO. 4487, AIRPORT ENGINEERING SEKvrcra- THIS SIXTH AMENDMENT TO AGREEMENT NO. 4487 FOR CONTRACT tSERVICES, (herein "Amendment") is made and entered into on the ,Wl _'• day of . ).�;, I 2005, by and between the CITY OF PALM SPRINGS (herein "City") and VSA AIRPORTS, Inc. (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective 2005 as follows: RECITALS A. The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. B. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1: Section 2.1 of the Agreement entitled "Contract Sum" shall be amended as to the reference to the Contract Sum to include the fees added with this Amendment, as described in the revision to Exhibit"C" below (for$ 243,000.00), so that the revised Contract Sum shall read "Two Million Five Hundred Seventy Thousand Five Hundred and 00/100 Dollars ($2,570,500.00)", with all other provisions of Section 2.1 remaining unmodified and in full force and effect. Section 2: Section 3.4 of the Agreement entitled "Term" shall be amended in its entirety and replaced with the following language: 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services as may be further described in the Schedule of Performance (Exhibit"D"), but in no event shall the term extend beyond April 23, 2007. Section 3: Exhibit "A" Scope of Services, Part V — Project Specific Scopes, is hereby amended by replacing Project Nos. 9, 10 and 11, with the revised descriptions of Project Nos. 9, 10 and 11 described below, with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Project# Project Title/Description Task Assignments* 9 Construct Miscellaneous Taxiway Improvements a. Taxiway "E" and RNV"13L/31 R" Pavement Rehabilitation A, C, D, G, K b. Taxiway "A", "B" and "C" Pavement and Lighting Rehabilitation A, C, D, G, K 10 Rehabilitation/Expansion of Aircraft Parking Aprons a. Commuter Holdroom Civil Engineering, A, C, D, G, K Apron Pavement Rehabilitation and Lighting 11 Miscellaneous,Airfield Lighting, Marking &Signage Improvements I a. RNV"13L/31 R", Taxiway "E" and "C" Safety Improvements A, C, G, K *tasks as defined in the original contract �S�I'1�4;4i1 - L����i`ti VSA AIRPORTS,Inc.,Agreement 4487,Amendment#6 1 4 i • • Section 4: Exhibit "C" Schedule of Compensation, Part II — Project Specific Compensations is hereby amended by replacing Project Nos. 9, 10 and 11, with the revised description of Project Nos. 9, 10 and 11, with all other provisions of Exhibit "A" remaining unmodified and in full force and effect: Project# Project Title/Description Compensation (Not To Exceed) 9 Construct Miscellaneous Taxiway Improvements a. Taxiway "E" and RNV "13L/31R" Pavement Rehabilitation 1J b. Taxiway "A", "B" and "C" Pavement and Lighting Rehabilitation ) 10 Rehabilitation /Expansion of Aircraft Parking Aprons a. Commuter Holdroom Civil Engineering, Apron Pavement Rehabilitation and Lighting $243,000.00 (Exhibit C-1 Breakdown attached) 11 Miscellaneous Airfield Lighting, Marking &Signage Improvements a. RNV"13L/31 R", Taxiway "E" and "C' Safety Improvements 1 ) I-)to be negotiated upon AIP Funding availability Section 5: Exhibit "D" Schedule of Performance is hereby amended by replacing the dates designated For Project 1, Task "K", adding Project 4, Task "N", and replacing Projects 9, 10 and 11 in their entirety with the following revised Projects 9, 10 and 11, with all other provisions of Exhibit "D" remaining unmodified and in full force and effect: Project# Project Title/Description Commence Complete 1 Access Control System Replacement Task"K" Field Engineering Oct. 1, 2004 June 30, 2005 4 Remote Vehicle Inspection Facility Task "N" Temp. Parking Lot B (Amendment#4) June 1, 2004 Apr. 31, 2005 9 Construct Miscellaneous Taxiway Improvements a. Taxiway "E" and RNV"13L/31 R" Pavement Rehabilitation b. Taxiway "A", "B" and "C" Pavement and 2.) 2J Lighting Rehabilitation 10 Rehabilitation /Expansion of Aircraft Parking Aprons a. Commuter Holdroom Civil Engineering, Dec. 1, 2004 Oct 31, 2006 Apron Pavement Rehabilitation and Lighting 11 Miscellaneous Airfield Lighting, Marking and Signage Improvements a. RAN "13L/31 R", Taxiway "E" and "C" Safety 2.) 2.) Improvements 2.)subject to AIP Funding availability Section 6: Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 7: Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said part, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. (Signature Page Follows) VSA AIRPORTS,Inc.,Agreement 4487,Amendment#6 2 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING a municipal corporation .. � gam•.�,�r��'�%,�"' ��� / City Clerk Q1 Cityrh Maag�r PROVE ASTI/F Ci Attorney CONTRACTOR: Check one: —individual —Partnership K Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or an Vice President:AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Fin ci I Officer By: /G A By: / Signature (notarized) /vvs" Aignature (notarize '/-7 Name: J4i eT 1) Name&,j V� I L rpt Title: lvorl /LY / i,c/jU� Title: &k<'Jr)MV r kloQ ebola u� C'00La( State of C��Z.I J=MM,-) State of (aD k f c c r) Countyof i<IclExwt✓ County of A On -0 0 before m �7e, ti_Tft v,t0Cfolc On before me, personally appeared Raba ( ti`fiaft"/To personallyappeared4l)c �(� `1[ F��Glfr,� JCJV� personally known to me (aF-preved-te�on personally known to me (or proved to me on the-basis-of-sabsfaeteFy-suidense)to be the the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that hefshe/they executed the same to me that he/she/they executed the same in his/haMheir authorized capacity(ies), and in his/her/their authorized capacity(ies), and that by his/herkheir signatures(s) on the that by his/her/their signatures(s) on the instrument the person(s), or entity upon instrument the person(s), or entity upon behalf of which the person(s) acted, behalf of which the person(s) acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand d offi )I s@al. Notary Signature. / , /�° �� / Notary Signature: l k 1 , Notary Seal: 0 Notary Seal: JANET M.BUCK _41MVComm. _ _ Commission#1527166 �'(HIA Notary Public Notary Public-California —�: i'+ �,, �A �yo E. Crescent Pkwy.,Greenwood Village,CO 8011' Riverside County [ V; ,� 7 _ _ Expkes Nov 16,21� M �i ;.n my cocnmiss!on Expires JILMG U7,M VSA AIRPORTS,Inc.,Agreement 4487,Amendment#6 �F COLC+ 3 r _ M, So P-z City of Palm Springs Department of Aviation Palm Springs International Airport P * 3400 E.Tahqu¢z Canyon Way,Suite OPC • Palm Springs, Califorma 92262-6966 FQRXA" TEL: (760) 318-3800 , FAX(760)318-3815 ° TDD(760)864-9527 October 5,2004 VSA Airports,Inc. VIA FEDEX Attn: Rodger Sheraton 255 N.El Cielo Rd#419 Palm Springs,CA 92262 Dear Rodger: This letter serves as a notice to stop work on the following projects as we previously discussed. These projects will not be completed at this time due to the focus of the airport on other federal projects. The fiords listed below will be unencumbered from the City of Palm Springs Purchase Order#216378 with VSA Airports,Inc.: Project 3 Passenger Terminal Core Plaza—$593 100.00 Schematic Design:Task E-$5,250.00 Design Review/Approval:Task F-$21,600.00 Civil,Architectural Bid Documents: Task G,I-$566,250.00 Project 5 Terminal Building Hardetung/Blast Protection-$302 000.00 Architectural Bid Docmnents: Task I-$302,000.00 In addition, $45,000 will be unencumbered from Project 4 due to the savings on the completed design of the Employee Parking Lot. The total decrease to Purchase Order 216378 equals$940,100.00. The revised total Purchase Order 216378 after this decrease change order will be$2,327,500.00. 1 have enclosed a summary of this Purchase Order for your reference. Procurement will forward a copy of the change order decrease to you. If you have any questions or concerns regarding this letter please let me know. Please sign, date and return an original copy of this letter to us as proof that you agree with the terms contained herein. Sincerely Richard S.Walsh,A.A.E. Director of Aviation (��y I agree with the terns contained herein: Rodger Sheraton—President Date VSA Airports,Inc. Enclosure Cc: Mike Williams,Deputy Director—Operations Harold Good—Director of Procurement&Contracting Bruce Johnson,Procurement&Contracting Manager File Post Office Box 2743 a Palm Springs, California 92263.2743 VSA AIRPORTS A 4487 VENDOR#11497 PO#216378 Total Available Deduct CO#7 Balance Remaining Proj 1 Access Control System Replacement $276,000.00 $75,000.00 Field Eng Proj 2 Airport Roadway System Revisions (300') $1,175,000.00 $0.14 Proj 3 Passenger Terminal Central Core Plaza $938,500.00 -$593,100.00 $0.00 Proj 4 Remote Vehicle Insp Facility(300') $310,100.00 $0.00 • Proj 4 Amend-Employee parking lot(NOT AIP) $225,000.00 -$45,000.00 $100,000.00 Field Eng Proj 5 Terminal Building Hardening/Blast Protect $328,000.00 -$302,000.00 $0.00 Proj 6 Reloc/Reconst Aiport Perimeter Fencing $0.00 Proj 7 Reloc of seg. Circle and or ASOS $0.00 Proj 8 Vehicle Size Limitation Frames (300') $0.00 Proj 9 Construct high speed Taxi/misc improve $0.00 Proj 10 Rehab/expand aircraft parking aprons $0.00 Proj 11 Misc airfield lighting,marking signage improv $0.00 Proj 12 Mod/Expansion security screening/monitor $16,000.00 $0.00 TOTAL $3,267,600.00 -$940,100.00 $175,000.14 PROCUREMENT Original Agreement $763,500,00 5/1/2002 Amend#1 $112,000.00 9/10/2002 Amend#2 $956,100.00 12/9/2002 Amend#3 $20,000.00 9/18/2003 • Amend#4 $1,191,000.00 12/17/2003 Amend#5 $225,000.00 6/29/2004 CO#7 -$940,100.00 9/29/2004 TOTAL AGREEMENT $2,327,500.00 i µ I THIS NUMBER MUST APPEAR n~ sir` CITY OF PALM SPRINGu_'L_t? ' CITY OF PALM SPRINGS tflNANceoEPT. PURCHASE ORDER Po# - P.O.BOX 2743 "'PALM SPRINGS,CALIFORNIA 92263-2743 DEPARTMENT OF PROCUREMENT AND CONTRACTING I I - - QUOTED BY: •. , ir'.:. - SHIP TO r ,; ',; r, ':,j DATE: F.O.B.[ - TERMS: DELIVERY DUE: - (. - �-, VENDOR ,REQUISITION#:, - A BIDS:' ACCOUNT:ITEM NO. DESCRIPTION QUANTITY UNIT PRICE EXTENSION 16' ,r _ ', �;4n �r 'Y,'I '^•ui I �rf - ori' 1 .�P'.7�'`H . - , •-+✓i3�)r�- - r.s a, . fir.,n'c. - .�r` " . .-r E.:T t �F , i IF _. . . ., I r I I •I HEREBY CERTIFY THAT THE MATERIAL OR SERVICES HAVE BEEN RECEIVED,INSPECTED AND - I FOUND SATISFACTORY FOR THE PURPOSE FOR WHICH THEY WERE PURCHASED.- I 'APPROVED FOR PAYMENT DATE ' r VSA Airports Airport Engineering Svcs r � AGREEMENT #4487 Amend 5 M07492, 6-2-04 AMENDMENT NO. 5 - AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS FIFTH AMENDMEI�to Agreement No 4487 for Contract Services,(herein"Agreement")made and entered into on the �j day of tQ i 2004, by and between the CITY OF PALM SPRINGS (herein "City") and VSA Airports, Inc (herein "Contractor"), (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective July 16, 2003, as follows: RECITALS The City and Contractor entered into that certain Contract Services Agreement No. 4487 for Airport Engineering Services ("Agreement"), as duly amended from time to time. The parties wish to amend the Agreement pursuant to the terms of this Amendment to add additional services to be performed by Contractor and increase the Contract Sum to authorize payment for such additional services. NOW, THEREFORE, the parties hereto agree as follows: Section 1 Exhibit "A" Scope of Services, Part I - Task Assignments, is hereby amended by adding item "N": TASK TITLE/DESCRIPTION ASSIGNMENT N Relocation of the Employee Parking Lot - Develop and submit for City review and approval conceptual design,construction cost estimates,engineering design,specification documents and construction management, including civil, electrical and landscaping DELIVERABLES: Preparation of and distribution of a construction phasing plan, construction design and specification documents and a construction cast estimate. Section 2 Exhibit "A" Scope of Services, Part V - Project Specific Scopes, is hereby amended by adding Task Assignment "N" to project#4 as follows: PROJECT## PROJECT TITLEIDESCRIPTION TASK ASSIGNMENTS 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) A, C, D, F, G, K Section 3 Exhibit"C"Schedule of Compensation, Part II - Project Specific Compensation is hereby replaced with the following, which adds $225,000 to Project#4: VSA Airports Amendment#5 Page 1 of 6 PROJECT SPECIFIC COMPENSATION PROJECT;f} PROJECT TITLE/DESCRIPTION COMPENSATION(NOT TO EXCEED) 1 Access Control System Replacement $276,000 2 Airport Roadway System Revisions (300' Rule Mitigation) $1,175,000 3 Passenger Terminal Central Core Plaza $938,500 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) $535,100 5 Terminal Building Hardening/Blast Protection $328,000 6 Relocation/reconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous $0 taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a "Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit "C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Fees added with this Amendment - $225,000 Revised Total Agreement Amount (including this Amendment) -$3,267,600 Section 4 Exhibit"D" Schedule of Performance is hereby replaced with the following, which adds the work schedule for Project#4, work item "M": The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon in writing between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. Contractor shall not be entitled to receive any additional compensation as a result of such delays. VSA Airports Amendment#5 Page 2 of 6 PROJECT${ PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE' 1 Access Control System Replacement Task Assignment "A" January 1, 2003 March 30, 2003 Task Assignment "B" January 1, 2003 March 30, 2003 Task Assignment "E" March 30, 2003 December 31, 2003 Task Assignment"G" June 1, 2003 December 31, 2003 Task Assignment "K" March 1, 2004 September 1, 2004 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment "A" May 1, 2002 May 15, 2002 Task Assignment "B" May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 December 15, 2002 Task Assignment"F" December 1, 2003 March 30, 2004 Task Assignment"G" April 1, 2004 September 30, 2004 Task Assignment"I" July 1, 2002 January 1, 2002 Task Assignment "K" April 1, 2003 December 15, 2003 3 Passenger Terminal Central Core Plaza Task Assignment "A" December 1, 2002 January 30, 2003 Task Assignment "B" January 15, 2003 February 15, 2003 Task Assignment "E" February 15, 2003 May 30, 2003 Task Assignment"F" April 1, 2003 May 30, 2003 Task Assignment"G" December 1, 2003 September 1, 2004 Task Assignment"I' December 1, 2003 September 1, 2004 Task Assignment "L" November 6, 2002 December 30, 2002 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) Task Assignment "A" July 1, 2004 August 30, 2004 Task Assignment "B" July 1, 2002 August 30, 2002 i Task Assignment"C" July 15, 2004 August 15, 2004 I Task Assignment"D" July 15, 2004 August 15, 2004 VSA Airports Amendment 45 Page 3 of 6 PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE Task Assignment "E" September 1, 2002 November 15, 2002 Task Assignment"F" September 1, 2004 October 1, 2004 Task Assignment"G" September 1, 2004 October 1, 2004 Task Assignment "K" October 1, 2004 December 31, 2004 Task Assignment"I" November 6, 2002 January 1, 2003 Task Assignment"M" July 7, 2003 January 1, 2004 5 Terminal Building Hardening/Blast Protection Task Assignment "A" January 1, 2003 March 30, 2003 Task Assignment "B" January 1, 2003 March 30, 2003 Task Assignment "E" March 30, 2003 June 30, 2003 Task Assignment"F" December 1, 2003 March 30, 2004 Task Assignment"G" December 1, 2003 September 1, 2004 Task Assignment "I' December 1, 2003 September 1, 2004 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting,marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment "A" August 1, 2002 September 1, 2002 Task Assignment "B" October 1, 2002 November 1, 2002 VSA Aimarts Amendment#5 Page 4 of 6 Section 5 Full Force and Effect. Except as expressly modified herein all other provisions of the Agreement shall remain unmodified and in full force and effect. Section 6 Corporate Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (1) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said party, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv)the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. N:\Agreements\Engineering\VSA_Airpons\VSA_Amendment 5 June 2004 wpd VSA Airports Amendment#5 Page 5 of 6 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST. a municipal corporation i x B 3- i r ^� 4",By �% (` ,.:"i "t; i(J,q�..,E "!'-"""`.� "Byer..-�%"`' City Clerk City Manager APPROVED AS TO FORM ° ✓� � � �) �� L i� U„Irt y,i�'L. Lr �c�1S �(ihr' ,,C ?i'(�L l>'�tirJi'�,�i� Bye City Attorney CONTRACTOR: Check one:_Individual_Partnership XCorporation Corporations require o notanzed signatures One from each of the following A Chairman of Board,President,or any Vice President.AND B.Secretary,Assn nt Secretary,T. as rer,Assistant Treasurer,or Chief Financial Officer) BY: By SSig-n- ure(notarized) Signature(notarized) Name: O ✓ie"`" Pi`/�� "` " " Name:c!.a%^.'d'?li��°Y .✓.63a}j,t% f,'• Title: Title Title state of ��� state oftf-08-6 I County of 1L7� ( 55/�, �i,t p ,r Cou/nty g�__lsslI,,On /�®before me, ��ryry�'rN p'� ``,LLL�l��/_^ 1 OnUxefore m2a,�/�{( ,t ' I �YL`_ -tlp� personally appeared /?0V6-& Sl�47ZYv personally appeared `I_c 1.L1A f'I dkr- L�-� personally known to me personally known to me(or proved to me on the basis of satisfactory ea+denee)to bathe person(&)whose name(c)is/acesubscribed to the evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that hs/sH�executed within instrument and acknowledged to me that he/she/they executed the same in his/herdtheir authorized capacity(aes), and that by the same in his/her/their authorized capacity(ies), and that by his/her#Aeirsignature(s)on the instrument the person(s4,or the entity his/her/theirsignature(s)on the instrument thepei son(s),or the entity upon behalf of which the peison(sj acted,executed the instrument. upon behalf of which the percents)acted,executed the instrument WITNESS my hand and official seal./. WITNESS my hand and official seal Notary Signature: °r ' Notary Signature: Notary Seal: Notary Seal: �g 05V slow le 1c�Jvt� can m Eton r� •,�p q 9� q. RIVCSSff�6 CfWr11y u µy CdifornIQ C�,rrxn.Etrtairus Naw l2� ofi coy.°�� VSA Airports Airport Engineering Services AGREEMENT #4487 Amend 4 AMENDMENT NO. 4 M07397, 11-19-03 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES- -�THIS FOURTH AMENDMENT to Agreement No 4487 for Contract Services, (herein"Agreement") made and entered into on the " S� day of Z 2003, by and between the CITY OF PALM SPRINGS (herein "City") and VSA Airports`Inc (herein "Contractor"), (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective July 16, 2003, as follows: Section 1 Exhibit "A" Scope of Services, Part V - Project Specific Scopes, is hereby amended by adding Task Assignments to projects#1 ("G" and "K"),#2 ("F"), #3 ("G" and "I") and #5 ("F", "G"and "I"), as follows: PROJECT# PROJECT TITLE/DESCRIPTION TASK ASSIGNMENTS 1 Access Control System Replacement A, B, E, G, K 2 Airport Roadway System Revisions - (300' Rule A, B, C, D, F, G, I, K Mitigation) 3 Passenger Terminal Central Core Plaza A, B, E, F, G, I, L 5 Terminal Building Hardening/Blast Protection A, B, E, F, G, I Section 2 Exhibit"C"Schedule of Compensation,Part II-Project Specific Compensation is hereby replaced with the following, which adds $1,191,000 to project's #1 ($150,000), #2 ($14,000), #3 ($725,000) and #5 ($302,000): PROJECT SPECIFIC COMPENSATION PROJECT# PROJECT TITLE/DESCRIPTION COMPENSATION NOT TO EXCEED 1 Access Control System Replacement $276,000 2 Airport Roadway System Revisions (300' Rule $1,175,000 Mitigation) 3 Passenger Terminal Central Core Plaza $938,500 4 Remote Vehicle Inspection Facility - (300' Rule $310,100 Mitigation) 5 Terminal Building Hardening/Blast Protection $328,000 6 Relocationlreconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) VSA Airports Amendment 44 Page I of 6 PROJECT„# ' tITLE%DESCRIpTION, PROJECT' !COMPENSATION i ,�t1(CEED� 9 Construct high-speed taxiways and other $0 miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a "Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit"C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Fees added with this Amendment-$1,191,000 Revised Total Agreement Amount (including this Amendment) - $3,042,600 Section 3 Exhibit"D" Schedule of Performance is amended by adding the following: L��✓`'� ate- � �_----- The term of this agreement shall be three (3) years, unless all projects have�t�r, successfully t completed..—,i A W eAA�Nii A4 ) vvu Wt ,14— I04t 4D%4 CAA-1w 'I1 qp� s 14'V Exhibit"D"Schedule of Performance is hereby replaced with the following,which adds the work schedule for Project's #1, #2, #3 and #5: The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT#,q ,'PKO,JEG`T�TITL,f✓DESCRIPTION COMMENCE COMPLETE . ' 1 Access Control System Replacement Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2003 December 31, 2003 VSA Airports Amendment#4 Page 2 of 6 PROJECT# PROJECT TITLE/DESCRIPTION COMPENSATION NOT TO EXCEED 9 Construct high-speed taxiways and other $0 miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a "Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit"C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Fees added with this Amendment- $1,191,000 Revised Total Agreement Amount (including this Amendment)- $3,042,600 Section 3 Exhibit"D" Schedule of Performance is amended by adding the following: WV_ The term of this agreement shall be three (3) years, unless all projects have-been successfully completed—*A"+ t.&VA�m A &) VVL VJWL-�_ WA J taU5_5�4,A Exhibit"D"Schedule of Performance is hereby replaced with the following,which adds the work schedule for Project's#1, #2, #3 and #5: The services contemplated in this Agreement and assigned to the Engineerto complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE 1 Access Control System Replacement Task Assignment"A" January 1, 2003 March 30,2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2003 December 31, 2003 VSA Airports Amendment#4 Page 2 of 6 PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE Task Assignment"G" June 1, 2003 December31, 2003 Task Assignment"K" March 1, 2004 September 1, 2004 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment"A" May 1,2002 May 15, 2002 Task Assignment"B" May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 December 15, 2002 Task Assignment"F" December 1, March 30, 2004 2003 Task Assignment"G" April 1, 2004 September 30, 2004 Task Assignment"I" July 1, 2002 January 1, 2002 Task Assignment"K" April 1, 2003 December 15, 2003 3 Passenger Terminal Central Core Plaza Task Assignment"A" December 1, January 30,2003 2002 Task Assignment"B" January 15, 2003 February 15, 2003 Task Assignment"E" February 15, May 30, 2003 2003 Task Assignment"F" April 1, 2003 May 30, 2003 Task Assignment"G" December 1, September 1, 2003 2004 Task Assignment"I" December 1, September 1, 2003 2004 Task Assignment"L" November 6, December 30, 2002 2002 4 Remote Vehicle Inspection Facility-(300'Rule Mitigation) VSA Airports Amendment#4 Page 3 of 6 PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE Task Assignment"A" July 1, 2002 August 30, 2002 Task Assignment"B" July 1, 2002 August 30, 2002 Task Assignment"C" July 15, 2002 August 15, 2002 Task Assignment"D" July 15, 2002 August 15, 2002 Task Assignment"E" September 1, November 15, 2002 2002 Task Assignment'F" December 1, January 1, 2003 2002 Task Assignment"I" November 6, January 1, 2003 2002 Task Assignment"M" July 7, 2003 January 1, 2004 5 Terminal Building Hardening/Blast Protection Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2003 June 30, 2003 Task Assignment"F" December 1, March 30, 2004 2003 Task Assignment"G" December 1, September 1, 2003 2004 Task Assignment"I" December 1, September 1, 2003 2004 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting, marking and signage improvements VSA Airports Amendment#4 Page 4 of 6 PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment"A" August 1, 2002 September 1, 2002 Task Assignment"B" October 1, 2002 November 1, 2002 Section 4 Full Force and Effect- Except as expressly modified herein all other provisions of the Agreement,as duly amended by Amendment Nos. 1, 2 and 3, shall remain unmodified and in full force and effect. Section 5 Corporate Authority-The persons executing this Amendment on behalf of the parties hereto warrant that (1) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said party, (iii) by so executing this Amendment,such party is formally bound to the provisions of this Amendment,and(iv)the entering into this Amendment does not violate any provision of any other agreement to which said party is bound. NAAgreements\Engineering\VSA_Airports\VSA_Amendment 4_November 2003.wpd VSA Airports Amendment#4 Page 5 of 6 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS caai" — a municipal corporation City Clerk t`I f 240J City Manager APPROVED AS TO FORM: ja By: f� City Attorney �C J � CONTRACTOR: Check one:_Individual_Partnership-.Corporation Corporations require two"n/ota�+�zed sig atoms One from each of the following: A. Chairman of Board, President,or any Vice President AND B.Secretary,Assis/tqa[Secrei'ary,Tr!uUrssistant yreasurer,or Chief Financial fficer) By:�" t % By: ��.���l.Fsd,✓�A,/ ):,+A" �/i�e��2a `Signature(notarized) Signature(notarized) Name: ���z' ��Yvf�., Name: 71�Y�'�✓/C;,/ A/ Title: vf/ji 4lo�� Title: /' State ofCaiFEPJl/ State of r,%t(n49 }} County of/c,Ii, ss County of ,i,n- a 6 r p _r-� n I On ���t efore me, �(/�//7� r ��^ k/(1L On I=«9.-_''o beforepp i�//4dr•I �-''7�J/I q®;� personallyappeared ��byut c � J✓f�+��� personally appeared '&/Y� "&G �-�7. personally known to me (or-proved-to-me-o+i-the-basis of personally known to me (or proved to me on the basis of sahsfaelory-ewderrce)to be the person(s)whose name(s)is/are satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized capacity(ies), and [hat by his/herkheir signature(s) on the capacdy(ies), and that by his/her/their signature(s) on the instrument the person(&),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(&)acted,executed the instrument person(s)acted,executed the instrument. WITNESS my hand and official,sea]. WITNESS my hand and official seal. � �YWi cl Notary Signature: I Notary Signatu�e�.�"tF/..�dn� l�ht=�j2^?.R OG�,fL, Notary Seal: ( / Notary Seal: +} .IANEr M. SUCK - l JCcmmission#12&4 M - Notary Pubiic-Ca ffamfa Riverside County -- _- - Wccrrrm.E ^esNov1Z2 4 - . City of Palm Springs Request for Offsetting Budget Adjustment From: Aviation Date: 11/24/03 To: Finance Department 1. Total Adjustment $1,161,300.00 2. Offsetting Revenue Source Fund-Activity-Account# Account Name Amount 415-39105 Federal Grants $1,161,300.00 3. Expenditure Account Increase Fund-Activity-Account# Account Name Amount 415-6600-56052 AIP 35 1,161,300.00 4. Explain the new or increased revenue: 100%AIP 35 (7,742,000)Federal Grant 15% cost overrun 5. Describe the need for the increased expenditure: Additional work directly related to scope of AIP 35 task assignments related to security improvements. 6. Submitted by: Date: Approved by: Date: Allen Smoot 11/25/03 Finance Approval DeparYnent Head City Manager This form should only be used when an expenditure increase request is being justified by a related increase in revenue.Budoffsetf❑n97 V VSA Airports Airpbet Engineering Svcs AGREEMENT #4487 Amend 3 AMENDMENT NO. 3 CM signed 8-27-03 AGREEMENT NO. 4487, AIRPORT ENGINEERING br-Kvri�,r-a —THIS THIRD AMENDMENT to Agreement No 4487 for Contract Services, (herein"Agreement")made and entered into on the ' V/- day of r dr,, &, , 2003, by and between the CITY OF PALM SPRINGS (herein "City") and VSA Airports, IrRc (herein "Contractor"), (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective July 16, 2003, as follows: Section 1 Exhibit "A" Scope of Services, Part I - Task Assignments, is hereby amended by adding item "M": TASK TITLE/DESCRIPTION ASSIGNMENT M Upgrade of the Passenger Terminal Main Electrical Transformer- Develop and submit for City review and approval conceptual design, construction cost estimates, engineering design, specification documents and construction management. DELIVERABLES: Preparation of and distribution of construction design and specification documents and a construction cost estimate. Section 2 Exhibit "A" Scope of Services, Part V - Project Specific Scopes, is hereby amended by adding Task Assignment "M" to project #4 as follows: PROJECT# PROJECT TITLE/DESCRIPTION TASK ASSIGNMENTS 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) A, B, C, D, E, F, I, M Section 3 Exhibit"C" Schedule of Compensation, Part II -Project Specific Compensation is hereby replaced with the following, which adds $20,000 to Project#4: PROJECT SPECIFIC COMPENSATION PROJECT# PROJECT TITLE/DESCRIPTION COMPENSATION(NOT TO EXCEED) 1 Access Control System Replacement $126,000 2 Airport Roadway System Revisions (300' Rule Mitigation) $1,161,000 3 Passenger Terminal Central Core Plaza $213,500 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) $310,100 5 Terminal Building Hardening/Blast Protection $26,000 6 Relocation/reconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) VSA Airports Amendment#3 Page 1 5 r PROJECT# PROJECT TITLE/DESCRIPTION COMPENSATION(NOT TO EXCEED) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous $0 taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a "Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit "C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Fees added with this Amendment - $20,000 Revised Total Agreement Amount (including this Amendment) - $1,851,600 Section 4 Exhibit"D" Schedule of Performance is hereby replaced with the following, which adds the work schedule for Project #4, work item W": The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE 1 Access Control System Replacement Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2002 June 30, 2003 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment"A" May 1, 2002 May 15, 2002 Task Assignment"B" May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 VSA Airports Amendment#3 Page 2 of 5 PROJECT# PROJECT PTLEIDESCRIPTioN COMMENCE COMPLETE Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 December 15, 2002 Task Assignment"I" July 1, 2002 January 1, 2002 Task Assignment"K" April 1, 2003 December 15, 2003 3 Passenger Terminal Central Core Plaza Task Assignment"A" December 1, 2002 January 30, 2003 Task Assignment'B" January 15, 2003 February 15, 2003 Task Assignment"E" February 15, 2003 May 30, 2003 Task Assignment 7" April 1, 2003 May 30, 2003 Task Assignment"L" November 6, 2002 December 30, 2002 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) Task Assignment"A" July 1, 2002 August 30, 2002 Task Assignment"B" July 1, 2002 August 30, 2002 Task Assignment"C" July 15, 2002 August 15, 2002 Task Assignment"D" July 15, 2002 August 15, 2002 Task Assignment"E" September 1, 2002 November 15, 2002 Task Assignment"F" December 1, 2002 January 1, 2003 Task Assignment"I" November 6, 2002 January 1, 2003 Task Assignment"M" July 7, 2003 January 1, 2004 5 Terminal Building Hardening/Blast Protection Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment'B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2003 June 30, 2003 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons VSA Airpoits Amendment#3 Page 3 of 5 PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE 11 Miscellaneous airfield lighting,marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment"A" August 1, 2002 September 1, 2002 Task Assignment"B" October 1, 2002 November 1, 2002 N:\Agreements\Engineering\VSA_Airports\VSA_Amendment 3_July 2003.wpd VSA Airports Amendment#3 Page 4 of 5 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation �✓`�' -�`F �,, '{� ntr City Clerk �-���� City Manager ^' �1 o,de✓ r Agreement o536r4ire w $25,000 Keviewed and approved by Procurement & Contracting Initials �� Date 163 P.O. Number CONTRACTOR: Check one:_Individual_Partnership A Corporation Corporations require two to zed signatures: One f om each of the following: A. Chairman of Board, President,or any Vice President:AND B. Secretary,Assistant ecr ary,Tr surer Ass s nt Tr asurer,or Chief Financial Officer). By: (�a'^ - ✓�- By: PJ.•'i�r.^'r�>.C9 ignature (notarized) Signature (notarized) Name: / Gr/G�av Ovu�c— Name: :/��✓�r�i/ 17. �d"G��d �� c'��' Title: ✓�f`�"ll` Title: ll State of(2.40 FO&M J State of rt J County of UE12Sh0E �ssnn..ne�� NNnn 2, ',,,' County of �ss On odefore me, �ft6r M- on -25'-©3 before me�Yl�G,t_i I/tf ACA TTTT ��""�� ll11 ��l!.rr��77 A —7- ,,{{ personally appeared K.D/�btr� C J�"t A-W) personally appeared-AM 0-(r -'�(J. X➢F, .L✓:J personally known to me (car prn ecL�f personally known to me (or proved to me on the basis of to be the person(si whose name(&)is/ace satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/cl;oA[;ey executed the same in his/Nedipelr authorized that he/she/they executed the same in his/her/their authorized capacityni ), and that by his/p-Whair signature(&} on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(e)acted,executed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand daa-ndd official seal. Notary Signature: A ^ v"�'+v Notary Signature`�Q�a� Ck_� Notary Seal: Notary Seal: BUCK Comtumor#Colifaria �, MvGrjdeesNwt2.7D0i VSA Airports Airport Engineering Svcs AGREEMENT #4487 Amend 2 M07188, 11-6-02 AMENDMENT NO. 2 - -- AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS SECOND AMENDMENT to Agreement o 4487 ,or Contract Services, (herein "Agreement") made and entered into on the _- day of 0 2002, by and between the CITY OF PALM SPRINGS (herein "City") and VSA Airports, Inc (herein "Contractor"), (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective November 6, 2002, as follows: Section 1 ' Exhibit "A" Scope of Services, Part I - Task Assignments, is hereby amended by adding item "L": TASK TITLE/DESCRIPTION ASSIGNMENT L Schematic Special Study (Passenger Terminal Central Core Plaza Only) - Develop and submit for City review and approval schematids and budget estimates utilizing existing terminal drawings to incorporate with sketches and 3D drawings for two(2)modification scenarios to the Passenger Term in al Central Core Plaza. Scenario#1:Enclose the terminal main entry to the outside column Imes and install a fabric roof structure extending into the plaza design area. Scenario #2: Install a fabric roof structure attheterminal entry, Including eliminating the existing extenorcolumns and modifying the roof-line.DELIVERABLES:Preparation ofan 11"x 17"booklet(6 copies)indicating the proposed design for the two (2) scenarios.The booklet will be In sketch form and outline key design Issues, Including sketch plans, elevations, sections, 3D drawings and other sketches determined by the Engineer to define the design concept Included in the bookletwlll be recommendations for structural modifications, wind loading and/or strengthening of existing colum ns for scenario#1.Scenario#2 will incorporate lateral bracing and foundation requirements for a fabric roof structure.All structural information for each scenario will be shown in the deliverable booklet. Included In the booklet will be two(2)3D computer drawings to depict the final design. Additional 3D drawings, if requested by the City are available for an additional fee of$4,000 each. Included in the booklet will be a written preliminary budget of architectural, mechanical and structural items for magnitude of construction cost for each scenario by construction discipline. Section 2 Exhibit "A" Scope of Services, Part V - Project Specific Scopes, is hereby amended by adding Task Assignments to projects #2, #3 and#4 as follows: PROJECT# PROJECT TITL E/DESCRIPTION TASK ASSIGNMENTS 2 Airport Roadway System Revisions (300' Rule Mitigation) A. B, C, D, 3, I, K 3 Passenger Terminal Central Core Plaza A, B, E, F, L 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) A. B, C, D, E, F, I VSA Airports Amendment#2 Page I or 5 Section 3 Exhibit"C"Schedule of Compensation, Part II - Project Specific Compensation is hereby replaced with the following: PROJECT SPECIFIC COMPENSATION PROJECT# PROJECT TITLE/DESCRIPTION COMPENSATION(NOT TO EXCEED) 1 Access Control System Replacement S126,000 2 Airport Roadway System Revisions (300' Rule Mitigation) $1,161,000 3 Passenger Terminal Central Core Plaza $213,500 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) S290,100 5 Terminal Building Hardening/Blast Protection $26,000 6 Relocation/reconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous $0 taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a "Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit "C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Original Total Agreement Amount - $763,500 Fees added with this Amendment - $956,100 Revised Total Agreement Amount (per this Amendment) - $1,831,600 VSA Airports Amendment#2 Page 2 of 5 Section 4 Exhibit"D" Schedule of Performance is hereby replaced with the following: The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE 1 Access Control System Replacement Task Assignment "A" January 1, 2003 March 30, 2003 Task Assignment "B" January 1, 2003 March 30, 2003 Task Assignment 'E" March 30, 2002 June 30, 2003 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment "A" May 1, 2002 May 15, 2002 Task Assignment "B" May 1, 2002 June 1, 2002 Task Assignment 'C" May 15, 2002 June 15, 2002 Task Assignment 'D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 December 15, 2002 Task Assignment"I' July 1, 2002 January 1, 2002 Task Assignment "K' April 1, 2003 December 15, 2003 3 Passenger Terminal Central Core Plaza Task Assignment "A" December 1, 2002 January 30, 2003 Task Assignment "B" January 15, 2003 February 15, 2003 Task Assignment "E" February 15, 2003 May 30, 2003 Task Assignment 'F" April 1, 2003 May 30, 2003 Task Assignment "L" November 6, 2002 December 30, 2002 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) Task Assignment "A" July 1, 2002 August 30, 2002 Task Assignment "B" July 1, 2002 August 30, 2002 Task Assignment"C" July 15, 2002 August 15, 2002 Task Assignment 'D" July 15, 2002 August 15, 2002 VSA Airports Amendment#2 Page 3 of 5 PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE Task Assignment "E" September 1, 2002 November 15, 2002 Task Assignment "F" December 1, 2002 January 1, 2003 Task Assignment "I' November 6, 2002 January 1, 2003 5 Terminal Building Hardening/Blast Protection Task Assignment "A" January 1, 2003 March 30, 2003 Task Assignment "B" January 1, 2003 March 30, 2003 Task Assignment "E" March 30, 2003 June 30, 2003 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting,marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment "A" August 1, 2002 September 1, 2002 Task Assignment "B" October 1, 2002 November 1, 2002 N\Agreements\Engineering\VSA_Airports\VSA_Amendment 2_November 2002 wpd VSA Airports Amendment#2 Page 4 of 5 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS A NSF;-� � a municipal corporation City Clerk City Manager .,.< APPROVED AS TO FORM: By: ou City Attom CONTRACTOR: Check one:_Individual_Partnership Xcorporatlon Corporations require twpf'no nzed si One from each of the following A Chairman of Board,President,or any Vice President AND B Secretary,Assista Se story,T ure ssatant Treasurer,or Chief Financial.61cer).By y: r. Ignature(notarized) Signature(notarized) �r D,Name / �iji�" Name:C�_`-. Title: �I'I/'r iMr. Title: ���?r�-,"t�'p'�Gd✓d State of f kvexwDe li State of_( 1 County of ��UE.CA{BE )ss�t,,�' (� p�C County of �ss / Ong--vRre me, �-Th. ly6yT I'M '64U 04 On/O ->FnZ before me,( �UL.'�t(/,t �'�L�d��`Cd"Gym., personally appeared personallyappearecl— ' G`J�IGt� y5! ('i[h 2tiP G�i�rZ personally known to me (or proved me on the basis of personally known to me (or proved to me on the basis of satisfactory evide nee)to be the person(kwhos a name(%) sfate satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that lbe/sjreffieVxo ocuted the same in his/hpr/tIborauthonzed that he/she/they executed the same in his/her/their authorized capaaty(yc), and that by his/hwAhier signature(gA on the capacity(ies), and that by his/her/their signature(s) on the instrument the personipj,or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument person(s)acted,executed the instrument WITNESS my hand and official seal. WITNESS my hand_and official seal) Notary Signatures 4 � ' " Notary SignatCue,:11.tL"LC/ ( Pt au'eC Notary Seal: Notary Seal JANET M. SUCtAll Com isswn#1 Ni Public-Cd1f«r+0 VSA Airports i •_ Engineering Svcs AGREEMENT #4487 Amend 1 AMENDMENT NO. 1 M07122, 7-_17-_02 AGREEMENT NO. 4487, AIRPORT ENGINEERING SERVICES THIS FIRST AMENDMENT to Agreement No 4487 for Contract Services, (herein "Agreement") made and entered into on the �day of , 2002, by and between the CITY OF PALM SPRINGS (herein "City") and VSA Irport , Inc (herein "Contractor"), (The term Contractor includes professionals performing in a consulting capacity.), is hereby effective July 17, 2002, as follows: The "Contractor" has been retained to perform airport engineering services for the City of Palm Springs, Department of Aviation (AIRPORT), which operates the Palm Springs International Airport. Exhibit "A" Scope Of Services Exhibit "C" Schedule of Compensation, Exhibit "D" Schedule of Performance (all figures are Lump Sums): Task assignments, on a project by project basis, as listed below, are included referenced in the original agreement. As additional task assignments, on a project by project basis are required, are referenced in this amendment and have been mutually agreed upon by the Engineer and the City. Exhibit "A" Scope of Services, Part V - Project Specific Scopes, is hereby replaced with the following: A. Task assignments, on a project by project basis, as listed below, are included with this agreement. As additional task assignments, on a project by project basis are required, an amendment to this agreement will be mutually agreed upon by the Engineer and the City. PROJECT# PROJECT TITLE/DEscmPTION TASK ASSIGNMENTS 1 Access Control System Replacement A, B, E 2 Airport Roadway System Revisions (300' Rule Mitigation) A, B, C, D, G, I, K 3 Passenger Terminal Central Core Plaza A, B, E, F 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) A, B, C, D, E, F 5 Terminal Building Hardening/Blast Protection A, B, E 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons VSA Airports Amendment#1 Page 1 of 5 PROJECT# PROJECT TITLEIDESCR/PTION TASK ASSIGNMENTS 11 Miscellaneous airfield lighting, marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. A, B Exhibit °C" Schedule of Compensation (all figures are Lump Sums): Exhibit"C" Schedule of Compensation, Part II - Project Specific Compensation is hereby replaced with the following: PROJECT SPECIFIC COMPENSATION PROJECT# PROJECT TITLEIDESCRIPTION COMPENSATION(NOT TO EXCEED) 1 Access Control System Replacement $126,000 2 Airport Roadway System Revisions (300' Rule Mitigation) $692,000 3 Passenger Terminal Central Core Plaza $83,500 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) $33,000 5 Terminal Building Hardening/Blast Protection $26,000 6 Relocation/reconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous $0 taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a"Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit"C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. Original Total Agreement Amount - $763,500 Fees added with this Amendment - $112,000 Revised Total Agreement Amount (per this Amendment) - $875,500 VSA Airports Amendment#1 Page 2 of 5 Exhibit T" Schedule of Performance Exhibit "Y Schedule of Performance is hereby replaced with the following: The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE 1 Access Control System Replacement Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2002 June 30, 2003 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment"A" May 1, 2002 May 15, 2002 Task Assignment"B" May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 August 20, 2002 Task Assignment"I" July 1, 2002 August 20, 2002 Task Assignment"K" July 1, 2002 December 15, 2002 3 Passenger Terminal Central Core Plaza Task Assignment"A" December 1, 2002 January 30, 2003 Task Assignment"B" January 15, 2003 February 15, 2003 Task Assignment"C" February 1, 2003 May 1, 2003 Task Assignment"E" February 15, 2003 May 30, 2003 Task Assignment"F" April 1, 2003 May 30, 2003 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) Task Assignment"A" July 1, 2002 August 30, 2002 Task Assignment"B" July 1, 2002 August 30, 2002 Task Assignment"C" July 15, 2002 August 15, 2002 VSA Airports Amendment#1 Page 3 of 5 0 PROJECT# PROJECT TITLEIDESCRIPTION COMMENCE COMPLETE Task Assignment"D" July 15, 2002 August 15, 2002 Task Assignment"E" September 1, 2002 November 15, 2002 Task Assignment"F" November 1, 2002 December 15, 2002 5 Terminal Building Hardening/Blast Protection Task Assignment"A" January 1, 2003 March 30, 2003 Task Assignment"B" January 1, 2003 March 30, 2003 Task Assignment"E" March 30, 2003 June 30, 2003 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting, marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment"A" August 1, 2002 September 1, 2002 Task Assignment"B" October 1, 2002 November 1, 2002 N:\Agreements\Engineering\VSA_Amendment 1—July 2002.wpd VSA Airports Amendment#1 Page 4 of 5 0 0 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation City Clerk City Manager APPROVED AS TO FORM: By: City Attorney CONTRACTOR: Check one:—Individual_Partnership_Corporation Corporations require o in tarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice President:AND B.Secretary,Assis nt S retary,Tre /-/assistant Treasurer,or Chief Financial Officer). Signature (notarized) Signature (notarized) Name: /G �r Name: Title: — ��,°� l'� Title: State of (2-4-Q1eMN11 ! State of G/zLLc 1 County of q 1 l Isss ,t 7 r / county o�lss Oi a9-- afore me, Tr'yV `~` '�� On `Z6L before me,`•.--f'1/"Lti C..i'Z.1GLC Personally appeared O�Cr�-�R' sffm7mlu personallyappeare &. pers y_ri m (or proved to me on the basis of personally known to me (or proved to me on the basis of Pis ac ory evidence)to be the person v whose nameos/We satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/spe/thWexecuted the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized capacityfes), and that by his/tt¢f/thpir signature(e on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(s3,or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(p),acted,executed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. /� Notary Signature: rP NotarySignab��.c� CAA.' J Notary Seal: Notary Seal: Qp� .IANEF WL BUCK Cornmissiorl#12BAIM Flotray Pubfc-CalifW40 R'ivetside County WCCmml.b0TsRW1Z2X14 f Page 5 of 5 OID17/2- 4 1 ? 4 Ifyg17 i . VSA Airports Engineering Services CITY OF PALM SPRINGS AGREEMENT #4487 1407059, 4-24-02 CONTRACT SERVICE AGREEMENT FOR--- - -- - - -- AIRPORT ENGINEERING SERVICES y �Q-THIS CONTRACT SERVICES AGREEMENT (herein"Agreement"), is made and entered into this day of 20�, by and between the CITY OF PALM SPRINGS, a municipal corporation, (here i "City') and VSA AIRPORTS, Inc. , (herein "Contractor" or "Engineer"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the"Scope of Services"attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal, The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor(a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has, or will, investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. VSA Airports Engineering Agreement Page 1 of 26 ���I ' n � ' a �( r �C�u�9 U' i • 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work,and the equipment, materials, papers,documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i)the Contract Sum, and/or(ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent(5%)of the Contract Sum or$25,000;whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement,the Contractor shall be compensated in accordance with the"Schedule of Compensation" attached hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum contract amount of$763,500 (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no laterthan the first(1") working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City VSA Airports Engineering Agreement Page 2 of 26 pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. 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 Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit"D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: VSA AIRPORTS Rodger Sheraton 255 N El Cielo Road, #419 Palm Springs, CA 92262 (760)318-0200 FAX (760)318-0838 It is expressly understood that the experience, knowledge,capability and reputation oftheforegoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. VSA Airports Engineering Agreement page 3 of 26 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement forthe City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%)of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor,the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 VSA Airports Engineering Agreement Page 4 of 26 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. The Commercial General Liability Policy shall name the City of Palm Springs as additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185)or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of$1,000,000 bodily and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit "B". All of the above policies of insurance shall be primary insurance and issued by companies whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the Citywith Certificates of Insurance,endorsements orappropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance,endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreementthe contract between the Contractorand such subcontractor shall requirethe subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them, and each of them, harmless from any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein"claims or liabilities")that may be asserted or claimed by any person,firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; VSA Airports Engineering Agreement page 5 of 26 (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees are made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding,including but not limited to, legal costs and attorneys'fees. 5.3 Performance Bond. Concurrently with execution of this Agreement,Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Managerto the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances,techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and 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 times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three(3)years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. VSA Airports Engineering Agreement Page 6of26 6.3 Ownership of Documents. All drawings,specifications,reports,records,documents and other materials prepared by Contractor, its employees,subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and 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. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement,the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10)days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor(whether or not arising out of this Agreement) (i)any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non- defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's VSA Airports Engineering Agreement Page 7of 26 consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement,the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of(zero)$0.00 as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance(Exhibit"D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time,with or without cause, upon thirty(30)days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination,the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or VSA Airports Engineering Agreement Page 8 of 26 equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, 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 Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City,to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration'Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. VSA Airports Engineering Agreement Page 9 of 26 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder 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. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party 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 said party is bound. VSA Airports Engineering Agreement Page to or 26 1 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation City Clerk City Manager Agreement over/arnder$25,000 APPROVED AS TO FORM: Reviewed And pproved by \, Procurement&Contracting 4 City Attorney P-0-Number CONTRACTOR: Check one:_Individual_Partnership X Corporation Corporations regwr o notarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice President AND B. Secretary,Ass" tant ecretary ea urer,Assistant Treasurer,or Chief Financi I Officer). By: ` By: t..`'rnr C.Ga'z�V1+ i' Signature (not�ari�zed) Signature-(notarized) ` Name: �rz'G/� B� ��dk /6Ai Name: Dewc/w//'/ JCl✓� t�C/F'r Title: `�se Title: /�1c�C.:i"f� "" /'' State State of L � County of `7{i, ss County of Z"', On°i��C_d'4b�fore me,�iH"�i:�.�./,1../.? AIldll al� On �f 3r7-.c��before me, �L^lir/c �r�,��F�i�J,bI personally appeared �rex personally appeared tid S7�JAt�o{� Y�,! •%�%'r•l 1r7fe' �4 personally known to me (or�(roved=to-me-on-the basis-of- personnIIrknown-to-me-(or proved to,n{e` on the basis of sat"sfaetory-evidence)to be the person(,sj whose name(orslare satisfactory evidence)to be the person(�whose name(A is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that&i she/they executed the same ir(1��Lsfier/their authorized thaQ6_ej'she/they executed the same inks/her/their authorized capacity{ies)7 and that by difs-her/their signaturpKi' on the capacity-oos); and that byC,Vis/iier/their s"gnature(w$ on the instrument the person(s1,or the entity upon behalf of which the instrument the person(gf,or the entity upon behalf of which the person�,sf acted,executed the instrument. person("acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and offic"al seal. i C /� Notary SignaturelTrs�sy�':.^�71r1-.,i^�.��r, �,z-1 Notary Signature: -C/fy *.x_r� Notary Seal: / Notary Seal: • ��=ar>.c..,r�.��,r_3.,�:�.._,_a.:��.es-n. �u}�3`5i a d/ 7206s84 p: 3tf6E.P..gSf;I�E<,IfLf3^ , fJ/,f/ 15rja'+ f;,l38JI�IL df Ez6'4i98k '`� ^2 o No`ARY PUBLIC.nALIFORNIAO 0 N , Y'I'1Plo rAR4 pUW3LIC.CAUFORNIA0 p ryr rs �I!'ER:ifC7E COUNTY (� RIVERSIDE COUNTY 0 °'"*rT'�'r�- CCMiR.EXP.FEB.3,2003 COMM.EXP.FEB.3,2003-� Page 11 of 26 �1fP su7i� t� ® THFP- Cm G��iO��9�7la ' )4�''K �°".�' • Airport Engineering Services Exhibit °A"- Scope of Services VSA AIRPORTS EXHIBIT "A" SCOPE OF SERVICES I. BASIC SERVICES This agreement shall be for airport engineering services for a period not to exceed three (3) years, on an as needed basis. The scope of work contemplated under this Agreement is for engineering services for improvements to the Palm Springs International Airport (PSP). A detailed Scope of Services, included in this agreement or in the form of an amendment to this agreement, shall be prepared and agreed to by the parties on a project by project basis prior to the commencement of any work. The project specific amendment shall include the maximum fee to be paid for the specific project as well as a Schedule of Performance for the specific project. Said projects may include, but are not limited to, the following projects: PROJECT# PROJECT TITLE/DESCRIPTION 1 Access Control System Replacement 2 Airport Roadway System Revisions (300' Rule Mitigation) 3 Passenger Terminal Central Core Plaza 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) 5 Terminal Building Hardening/Blast Protection 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting, marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. A. The level of design/inspection services to be provided by the Engineer shall be determined on a project by project basis as provided above. B. Each project shall be issued a specific "Notice to Proceed". Said "Notice to Proceed" shall identify the specific task assignments to be carried out. C. The City may elect to seek a variety of specific task assignments, on a project by project basis from the Engineer. These tasks are as follows: VSA Airports Engineering Agreement Page 12 of 26 Airport Engineering Services Exhibit'A"- Scope of Services VSA AIRPORTS TASK TITLE/DESCRIPTION ASSIGNMENT A_ Preliminary Design - As required by the specific project, provide preliminary design sketch(es) of initial project concepts to define parameters, concepts and/or scope of work, in accordance with the Airport Layout Plan(ALP)and other applicable regulations/drawings. Quantity and content of the sketches to be determined by the Engineer. B Design Charette - The Engineer and all necessary sub-consultants for the specific project shall meet at the Palm Springs International Airportfora one(1)day'brain storming'session. The outcome of these session(s)will be to explore and define all possible issues related to the specific project. DELIVERABLES: A summary report/minutes of the session(s) and charette findings, consisting of ten (10)color copies in 11"x 17"format. Booklet to include concept sketches and outline of key design issues &findings of the charette.. C Topographic Surveying- Perform topographic surveys of proposed construction areas, as required, for design. D Soils Testing/Pavement Design - Perform necessary geotechnical services of proposed construction areas, as required, for design. E Schematic Design - The lead designer, as assigned by the Engineer and agreed to by the City, shall review the Design Charette findings for the specific project,and develop three(3) alternatives and associated sketches for the specified project; develop project specific phasing plans;coordinate the establishmentof bid proposals into schedules to allow flexibility of award to match the funds available. DELIVERABLES:A booklet report documenting the three(3)alternatives and corresponding Engineer's Report.Said documentation shall consist of five(5)color copies in 11"x 17"format documenting in sketch form the project as defined in the design charette summary report. This booklet will be based on a maximum of three (3) alternates and would include, as required, a plot plan, elevation and floor plan, a preliminary construction schedule and order of magnitude cost, by construction discipline. F Design Review Package (for submittal to Planning Department/City Council, etc.) -These items shall be used to obtain approval by, but not limited to, the Airport Commission, Planning Commission and City Council for the City of Palm Springs. Coordinate the establishment of bid proposals into schedules to allow flexibility of award to match the funds available. Prepare the final plans and specifications for submission and review by the City and the FAA. DELIVERABLES: Based on one (1) selected Schematic Design Task, the Engineer will furnish to the City color presentation boards, including color elevations, site plans, profile drawings/presentation boards,floor plans, etc.for the specified project.A City of Palm Springs major architectural review application is shown in Attachment 1. The Engineer shall ensure the distribution of applicable drawings and information to complete the City submittal.If requested bythe City,3D color renderings are available for an additional fee of$4,000 each. VSA Airports Engineering Agreement Page 13 of 26 Airport Engineering Services Exhibit'A"- Scope of Services VSA AIRPORTS TASK TITLE/DESCRIPTION ASSIGNMENT G Civil Design/Bid Package (engineering drawings, general conditions, special provisions, technical specifications, etc.) - Develop and submit for City review and approval, the necessary civil design and/or bid package documents. Provide complete sets of approved plans, specifications and contract documents for the bidding of the project; arrange for and conduct Pre-bid conferences and project familiarization tours;assist with the bid opening and processing of bid documents and make recommendations to the City for award of contract schedules; redesign the project or adjust the scope via the use of bid schedules at no additional cost if project bids are higher than the approved budget. All bid packages shall include any and all applicable Department of Transportation (DOT)/Federal Aviation Administration (FAA)contract assurances. DELIVERABLES: Preparation and assembly in City and/or FAA bid document format. To the extent practicable, all bid documents shall be prepared for publication and advertising via the Internet. H Environmental Assessment - Limited to preparing the City's Environmental Assessment/application forms for submission to the City of Palm Springs, Department of Planning&Building. If required, more in-depth environmental review for the specific project may be required with other specialized sub-consultants, and is outside the scope of this agreement. I Architectural Design,including landscaping/Bid Package-(plans and specifications,general conditions, special provisions, technical specifications, etc.) - Develop and submit for City review and approval, the necessary architectural design and/or bid package documents; provide complete sets of approved plans, specifications and contract documents for the bidding of the project; redesign the project or adjust the scope via the use of bid schedules at no additional cost if project bids are higher than the approved budget. All bid packages shall include any and all applicable Department of Transportation (DOT)/Federal Aviation Administration (FAA)contract assurances. DELIVERABLES: Preparation and assembly in City and/or FAA bid document format.To the extent practicable, all bid documents shall be prepared for publication and advertising via the Internet. J Architectural, including landscaping construction administration - The Architectural sub- consultant, in conjunction with the Engineer, shall prepare all addition and deletion architectural related change orders and supplemental agreements for approval by the City as required.After acceptance of the Construction Contract by the Contractor, copies will be submitted to the City and the FAA for approval and signature before proceeding with the work. As required on a project by project basis,the Architectural sub-consultant,in conjunction with the Engineer,shall review the submitted weekly contractor's payroll,review and as required, approve, shop drawings and construction submittals, and prepare and maintain necessary records of construction progress. Upon acceptance of the project, the Architectural sub-consultant, in conjunction with the Engineer, shall prepare the "Record Drawings', including any field surveying required to compute final quantities,and the Construction Engineering Report,and shall provide the City and the FAA with one (1) set of reproducible "Record Drawings" and one (1) copy of the Construction Engineering Report. On completion of the project, the Architectural sub-consultant, in conjunction with the Engineer,shall prepare and supply the Citywith any maintenance manuals and/or programs for the improvements constructed under the project. VSA Airports Engineering Agreement Page 14 of 26 Airport Engineering Services Exhibit °A"- Scope of Services VSA AIRPORTS TASK TITLE/DESCRIPTION ASSIGNMENT K Field Engineering-Arrangefor and conduct Pre-Construction conferences.Provide complete resident engineering coordination of the construction work with sufficient qualified inspectors who shall be present during all construction operations to observe that construction is accomplished in accordance with the plans and specifications. It is expressly understood that the term "engineering coordination" does not mean that the Engineer will assume any responsibility that usurps or replaces the duties and authority of a construction Superintendent or other Contractor agent charged with responsibility for the construction operation. In carrying out his responsibilities for engineering coordination,the Engineer shall guard the City against defects and deficiencies in the permanent work constructed by the Contractor, but does not guarantee the performance of the Contractor. The above disclaimers do not in anyway abrogate the responsibility of the Engineer as agent for the City to exercise technical competence, expertise, skill and engineering judgment so that the Contractor's construction products are provided in accordance with the construction contract documents. The Engineer shall issue such instructions to the Contractor's Construction Superintendent as are necessary to protect the City's interests to the same extent as would the City, itself. The Engineer shall provide sufficient surveys and observe and check surveys conducted by the Contractor in accordance with the plans and specifications. The Engineer shall act as the City's agent during construction to protect the City's interest and shall have the authority to recommend to the City that the construction be stopped if not in accordance with the plans and specifications. The Engineer will furnish a weekly construction progress and inspection report to the City and the FAA. The Engineer shall prepare all addition and deletion change orders and supplemental agreements for approval by the City as required. After acceptance of the Construction Contract by the Contractor,copies will be submitted to the City and the FAA for approval and signature before proceeding with the work. The Engineer shall review the submitted weekly contractor's payroll, check shop drawings and construction submittals, and prepare and maintain necessary records of construction progress. When the project has been completed and is ready for final acceptance,the Engineer shall arrange for inspection of the finished work by the FAA, the City, the Contractor and the Engineer, following which the final estimate for the work will be considered by the City. Upon acceptance of the project,the Engineershall prepare the"Record Drawings",including any field surveying required to computer final quantities, and the Construction Engineering Report, and shall provide the City and the FAA with one (1) set of reproducible "Record Drawings' and one (1) copy of the Construction Engineering Report. On completion of the project, the Engineer shall prepare and supply the City with any maintenance manuals and/or programs forthe improvements constructed under the project. Perform the duties of the Engineer/Architect as set forth in the General Conditions of the Construction contract VSA Airports Engineering Agreement Page 15 of 26 Airport Engineering Services Exhibit 'A"- Scope of Services VSA AIRPORTS II, PRELIMINARY STUDIES A. As requested,assist the City in the preparation of application for federal/state/local assistance, including, but not limited to, Pre-Application, preparation of the Program Sketch Narrative, engineer's estimate, the required Statements and Notifications, the environmental documentation and State and Regional reviews; B. Consult/coordinate with Airport users,the Federal Aviation Administration(FAA),Transportation Security Administration (TSA), airport staff, City, County and other interested parties; and, C. Review, revise as necessary, the airport drawings which provide the basis for the project design. III. GENERAL CONSULTING SERVICES A. These services will be provided on a project by project basis as requested by the City to accomplish or assist in the accomplishment of any or all of the following work items: 1. Update the Airport Layout Plan (ALP), Airfield Signage Plan, Master Electrical Plan, as required; 2. Update Environmental Assessment, including coordination with the FAA, local, regional and federal agencies, and assist in conducting Public Hearings, as required. 3. Assist the City in the preparation and/or updates of the Pre-Application, Application, prepare the Program Sketch Narrative,engineer's estimate,the required Statements and Notifications, the environmental documentation and State and Regional reviews for applications for federal assistance, as required. 4. Provide advisory services to assist the City in the management, operation, maintenance and administration of the Airport, as required. 5. Provide such other services as may be required and requested by the City. IV. CHANGE OF SCOPE A. In addition to the foregoing services,the City may require additional services such as property surveys, descriptions of land, easements, redesign or major changes of the concept after final plans or concepts have been approved by the FAA. Payments to the Engineer for such work because of the change in scope or the project shall be negotiated at the time of the anticipated change, and it shall be mutually agreed to pursuant to Section 1.8 of the Agreement. VSA Airports Engineering Agreement Page 16 of 26 Airport Engineering Services Exhibit "A"- Scope of Services VSA AIRPORTS V. PROJECT SPECIFIC SCOPES A. Task assignments, on a project by project basis, as listed below, are included with this agreement. As additional task assignments, on a project by project basis are required, an amendment to this agreement will be mutually agreed upon by the Engineer and the City. PROJECT# PROJECT TITLE/DESCRIPTION TASKASSIGNMENTS 1 Access Control System Replacement A, B, E 2 Airport Roadway System Revisions (300' Rule Mitigation) A, B, C, D, G 3 Passenger Terminal Central Core Plaza A, B, E, F 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) A, B, C, D, E, F 5 Terminal Building Hardening/Blast Protection A, B, E 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting, marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. A, B VSA Airports Engineering Agreement Page 17 of 26 Airport Engineering Services Exhibit `B"- Special Requirements VSA AIRPORTS EXHIBIT"B" SPECIAL REQUIREMENTS Section 5.2 Indemnification. This entire section is hereby replaced with the following: 5.2 City Held Harmless - General Liability. Except for the sole negligence of City, Engineer undertakes and agrees to defend, indemnifyand hold harmless City,and any and all of City's Boards, officers, employees, and successors in interest, from and against all suits and causes of action, claims, losses, demand and expenses, including but not limited to, reasonable attorney's fees and reasonable costs of litigation, damage(s) or liability of any nature whatsoever, for death or injury to any person, including Engineer's employees and agents, or for damage to, or destruction of, any property of either party hereto, or of third persons, in any manner to the extent arising by reasons of the performance of this Agreement on the part of Engineer, or any of Engineer's subcontractor's, employees, or anyone for whom Engineer has obligated itself under this Agreement, whether or not contributed to by any act or omission of City or any of the City's Boards, officers or employees. 5.25 City Held Harmless - Professional Liability. The Engineer undertakes and agrees to indemnify and hold harmless City, and any and all of City's Boards, officers and employees, from and against all losses and expenses, including but not limited to,reasonable attorney's fees and reasonable costs of litigation, damage(s) or liability of any nature whatsoever, for death or injury to any person, including Engineer's employees and agents,or for damage to, or destruction of, any property of third persons, in any manner to the extent caused by the negligent performance of the professional services under this Agreement on the part of the Engineer. Section 5.3 Performance Bond shall not apply to this agreement. Section 4.3 Prohibition Against Subcontracting or Assignment. This section is amended as follows: A. As outlined in the Engineer's response to Request for Statements of Qualifications and Letters of Interest (SOQ 13-02) to provide Airport Engineering Services for the Palm Springs International Airport, VSA AIRPORTS, Inc has identified and the City approves use of the following sub-consultants: 1. Gensler - Architects 2. Michael Buccino, Landscape Architects 3. JMD Engineering, Electrical Engineers 4. DMJMH+N, Security Specialist 5. Cal-West Consultants - Geotechnical/Materials/Testing 6. Weidlinger Associates - Special Structural Engineering I. TITLE VI ASSURANCES A. During the performance of this agreement, the Engineer, for itself, its assignees and successors in interest (hereinafter referred to as the "Engineer" agrees as follows: VSA Airports Engineering Agreement Page 18 of 26 Airport Engineering Services Exhibit `B"- Special Requirements VSA AIRPORTS 1. Compliance with Regulations. The Engineer shall comply with the regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this agreement. 2. Nondiscrimination. The Engineer, with regard to the work performed by them during the agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Engineer shall not participate either directly or indirectly in the discrimination prohibited by Section 2.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Engineer for work to be performed under subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Engineer of the Engineer's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Engineer shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Engineer shall so certify to the City or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Engineer's noncompliance with the nondiscrimination provisions of this agreement, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to withholding of payments to the contractor underthe contract until the contractor complies. II. MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES A. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. B. The Engineer agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, or national origin, or sex in the award and performance of DOT assigned contracts. VSA Airports Engineering Agreement Page 19 of 26 Airport Engineering Services Exhibit'B"-Special Requirements VSA AIRPORTS III. CITY'S RESPONSIBILITIES A. The City shall make available to the Engineer all technical data that is in the City's possession including maps, surveys, property descriptions, borings, and other information required by the Engineer and related to his work. B. The City agrees to cooperate with the Engineer in the approval of all plans and specifications, or should they disapprove of any part of said plans and specifications, shall make a decision timely in order that no undue expense will be caused the Engineer because of lack of decisions. If the Engineer is caused extra drafting or other expense due to changes ordered by the City after the completion and approval of the plans and specifications, the Engineer shall be equitably paid for such extra expenses and services involved. C. The City shall pay publishing costs for advertisements of notices, public hearings, requests for bids, and other similar items; shall pay for all permits and licenses that may be required by local, state, or Federal authorities; and shall secure the necessary land, easements, rights-of- way required for the project. D. The City shall make available to the Engineer all technical data that is in the City's possession including maps, surveys, property descriptions, borings, and other information required by the Engineer and related to his work. IV. ENGINEER'S RESPONSIBILITIES A. The City and the FAA or any of their duly authorized representatives shall have access to any books, documents, papers, and all other records which are directly related to this project(s)for the purpose of making audit, examination, excerpts, and transcriptions. B. The Engineer agrees to comply with Federal Executive Order No. 11246, entitled, "Equal Employment Opportunity",as supplemented in Departmentof Labor Regulations(41 CFR, Part 60)if this"agreement"exceeds$1 0,000'Sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 USC 317-330)as supplemented by Department of Labor Regulations (29 CFR, Part 5)if this"agreement"exceeds$25,000;and all applicable standards,orders, and regulations issued pursuant to the Clean Air Act of 1970 if this"agreement exceeds $100,000. C. Incorporation of Provisions 1. The Engineer shall include the provisions of Sections I and II of the Regulations in every subcontract including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Engineer shall take such action with respect to any subcontract or procurement as the City or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or suppliers as a result of such direction, the engineer may request the City to enter into such litigation to protect the interests of the City and, in addition, the engineer may request the United states to enter into such litigation to protect the interests of the United States. VSA Airports Engineering Agreement Page 20 of 26 Airport Engineering Services Exhibit `B"- Special Requirements VSA AIRPORTS V. AVIATION SECURITY A. Prior to being granted access to certain secured areas of the Airport, the Engineer and all associated sub-consultants shall successfully complete a fingerprint based Criminal History Records Check (CHRC) in accordance with 49 CFR 1542.209 and/or the Airport Security Program (ASP). B. The Engineer shall provide to the City airport prior to the commencement of construction, a letter authorizing an individual(s) to approve the issuance of security badges. C. All Contractor personnel who require access to certain secured areas of the Airport must obtain, and conspicuously display on their person at all times when they are within these areas, an Airport issued security identification badge, as outlined in the ASP. The appropriate badge may be obtained at the Airport Operations Center located in the terminal building. D. Identification badge and vehicle permit fees for the Engineer and associated sub-consultants are hereby waived. E. Once the CHRC has been successfully completed,the Engineerand associated sub-consultant must satisfactorily complete a required 2 hour training class on airport security. Attendance of the class and subsequent issuance of the security identification badge may take longer than 2 1/2 hours per person. F. Vehicles to be utilized by the Engineer and associated sub-consultants that required access to certain secured areas of the Airport are required to have conspicuously posted on said vehicle a vehicle permit issued by the City. This vehicle permit shall hold the Engineer responsible for both the vehicle and all personnel within the vehicle while the vehicle is on airport property. All vehicles in full view, and at all times, a 3 foot by 3 foot flag with 1 foot checks of international orange and white. During nightime hours, an amber rotating beacon is required. G. All violations of Airport security are also violations of the City of Palm Springs Municipal Code 11.33.052. Any such violation may result in arrest, the issuance of a citation and/or the immediate revocation of access privileges. VSA Airports Engineering Agreement Page 21 of 26 Airport Engineering Services Exhibit "C"- Schedule of Compensation VSA AIRPORTS EXHIBIT "C" SCHEDULE OF COMPENSATION I. HOURLY RATES AND BILLING PROCEDURES A. Listed Rates are inclusive of labor overhead, administrative costs and profit. B. Reimbursable Costs 1. Company and personal automobiles will be billed at the rate of $35.00/Day (2-wheel drive), $55.00/Day (4-wheel drive when needed to perform the work and authorized by City) and $0.35/Mile. 2. Rental Automobiles and out-of-town (outside the Coachella Valley) expenses will be at actual costs not to exceed $300.00/Day. 3. Subcontracted Services and/orfirms not identified within this exhibit(aerial photography, survey, etc.) will be billed at actual costs, plus 10 percent. C. VSA AIRPORTS, Inc Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $110.00/hr Senior Design Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $100.00/hr Design Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $90.00/hr Project Engineer/Construction Coordinator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $80.00/hr Engineering Technician . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $70.00/hr Graphics/CADD Technician . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $70.00/hr Clerical $50.00/hr . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . D. Gensler (Architectural Services) Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $165.00 - 220.00/hr Senior Associate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $137.50 - 165.00/hr Associates . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $88.00 - 137.50/hr Designers/Engineers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $82.50 - 110.00/hr Draftpersons . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $60.50 - 82.50/hr E. Michael Buccino (Landscape Architects) Landscape Architect $125.00/hr . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Draftsman $65.00/hr Clerical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $35.00/hr VSA Airports Engineering Agreement Page 22 of 26 Airport Engineering Services Exhibit "C"- Schedule of Compensation VSA AIRPORTS F. JMD Engineering (Electrical Engineers) Principal $125.00/hr Senior Electrical Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $125.00/hr Senior Project Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $100.00/hr Project Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $90.00/hr Design Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $87.50/hr Clerical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $50.00/hr CADDOperator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $62.50/hr G. DMJMH+N (Security Specialist) Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $175.00/hr Senior Associate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $165.00/hr Associates . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $140.00/hr Designers/Engineers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $125.00/hr H. Weidlinger Associates - Special Structural Engineering Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $180.00/hr Senior Associate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $125.00/hr Associate $120.00/hr Senior Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $105.00/hr Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr Designers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.00/hr Full-Time Resident Engineer/Clerk of Works . . . . . . . . . . . . . . . . . . . . . . . . . . . . $80.00/hr CADD Operator/Drafter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $72.00/ht Word Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $50.00/hr I. For the project specific task assignments identified in "Exhibit A", except for tasks J"and X", the City agrees to make monthly payments based upon the percentage of work performed by the Engineer. Lump sum, not-to-exceed prices for each project specific task assignment are listed in Project Specific Compensation. J. For project specific task assignment J"and X", as identified in "Exhibit A", the Engineer shall be reimbursed on the basis of Time and Materials to the maximum allowance amount listed under "project specific compensation", i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification on a project by project basis. Final project specific documentation(final inspection,construction report, Record Drawings, ALP, etc.) shall be provided prior to final payment on any project specific compensation. 1. Subcontracted Services and/or firms not identified within this exhibit(aerial photography, survey, etc.) will be billed at actual costs, plus 5 percent. K. Fees for project specific task assignments which are not shown in this agreement, will be negotiated at a later date when the scope of work is defined and will be formalized by an amendment to this agreement. VSA Airports Engineering Agreement Page 23 of 26 Airport Engineering Services Exhibit "C"- Schedule of Compensation VSA AIRPORTS L. For GENERAL CONSULTING SERVICES, the City agrees to make monthly payments based upon the work performed by the Engineer. Labor rates shall be in accordance with this Exhibit. M. The maximum allowance for GENERAL CONSULTING SERVICES for each twelve months of the contract is$30,000. Any amount over the estimated maximum allowance will be negotiated and agreed to by the City and the Engineer, in writing, prior to beginning actual work. NOTE: This is a MAXIMUM allowance, which the City reserves the right to use as required. II. PROJECT SPECIFIC COMPENSATION PROJECT# PROJECT TtTLE/DESCRtPTioN COMPENSATION(NOT TO EXCEED) 1 Access Control System Replacement $126,000 2 Airport Roadway System Revisions (300' Rule Mitigation) $480,000 3 Passenger Terminal Central Core Plaza $83,500 4 Remote Vehicle Inspection Facility- (300' Rule Mitigation) $33,000 5, Terminal Building Hardening/Blast Protection $26,000 6 Relocation/reconstruction of airport perimeter fencing $0 7 Relocation of the segmented circle and/or Automated $0 Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous $0 taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons $0 11 Miscellaneous airfield lighting, marking and signage $0 improvements 12 Modification/Expansion of security screening and/or $15,000 monitoring areas. A. For each project that is issued a"Notice to Proceed", the actual compensation shall be based on hours worked multiplied by the hourly rate (Exhibit "C",), but not exceeding the maximum amount of the allocation. Payments will be made monthly based on the percentage of work completed in each area of work defined above. VSA Airports Engineering Agreement Page 24 of 26 Airport Engineering Services Exhibit "D"- Schedule of Performance VSA AIRPORTS EXHIBIT "D" SCHEDULE OF PERFORMANCE The services contemplated in this Agreement and assigned to the Engineer to complete shall commence within 10 days from the "Notice to Proceed" date and shall be completed based upon the time lines mutually agreed upon between the City and the Engineer. Each enumerated project identified in Exhibit "A" shall have a separate Schedule of Performance as listed below or as shall be mutually agreed upon at a future date by the City and the Engineer. Time lines are subject to adjustment based on receipt of Federal Aviation Administration (FAA) funds. Delays in receipt of FAA funds will result in a day for day extension of time on each work item. PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE 1 Access Control System Replacement Task Assignment"A" August 1, 2002 August 15, 2002 Task Assignment"B" August 15, 2002 September 1, 2002 Task Assignment"E" September 15, October 1, 2002 2002 2 Airport Roadway System Revisions (300' Rule Mitigation) Task Assignment"A" May 1, 2002 May 15, 2002 Task Assignment"B May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"G" July 1, 2002 August 20, 2002 3 Passenger Terminal Central Core Plaza Task Assignment"A" May 1, 2002 May 15, 2002 Task Assignment"B" May 1, 2002 June 1, 2002 Task Assignment"C" May 1, 2002 June 1, 2002 Task Assignment"E" June 1, 2002 June 15, 2002 Task Assignment"F" June 1, 2002 June 20, 2002 4 Remote Vehicle Inspection Facility - (300' Rule Mitigation) Task Assignment"A" May 1, 2002 May 15, 2002 Task Assignment"B" May 1, 2002 June 1, 2002 Task Assignment"C" May 15, 2002 June 15, 2002 Task Assignment"D" May 15, 2002 June 15, 2002 Task Assignment"E" June 1, 2002 June 15, 2002 VSA Airports Engineering Agreement Page 25 of 26 Airport Engineering Services Exhibit "D"- Schedule of Performance VSA AIRPORTS PROJECT# PROJECT TITLE/DESCRIPTION COMMENCE COMPLETE Task Assignment"F" June 1, 2002 July 1, 2002 5 Terminal Building Hardening/Blast Protection Task Assignment"A" July 1, 2002 July 15, 2002 Task Assignment"B" July 1, 2002 August 1, 2002 Task Assignment"E" August 1, 2002 August 15, 2002 6 Relocation/reconstruction of airport perimeter fencing 7 Relocation of the segmented circle and/or Automated Surface Observation System (ASOS) 8 Vehicle Size Limitation Frames (300' Rule Mitigation) 9 Construct high-speed taxiways and other miscellaneous taxiway improvements 10 Rehabilitation/expansion of aircraft parking aprons 11 Miscellaneous airfield lighting,marking and signage improvements 12 Modification/Expansion of security screening and/or monitoring areas. Task Assignment"A" August 1, 2002 September 1, 2002 Task Assignment"B" October 1, 2002 November 1, 2002 N.\Agreements\Engineering\VSA_Airport Engineering 2002.wpd VSA Airports Engineering Agreement Page 26 of 26