Loading...
HomeMy WebLinkAbout04284 - COFFMAN ASSOCIATES AIRPORT MASTER PLAN • .coffman Associates Airport master Plan Update AGREEMENT #4284 m06721, 10-4-00 CITY OF PALM SPRINGS CONTRACT SERVICES AGREEMENT FOR PALM SPRINGS INTERNATIONAL AIRPORT MASTER PLAN UPDATE/ENVIRONMENTAL T IS CONTRACT SERVICES AGREEMENT(herein"Agreement"), is made and entered into this day of — 2000, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City')and COPFMAN ASSOCIATES(herein "Contractor"). (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 maybe 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. 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 datnages 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 M/276/099999-30002160694.2 6/14196 Rwiscd:09/01/98 1 • • 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 of 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 Seven Hundred Twenty Five Thousand Dollars ($725,000) (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 later than the first(1st) 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 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(t0)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. FS2/276/099999-3000M1 84.2 6/14/% 2R.Ns .09/01/98 0 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 three (3) years from the date hereof, except as otherwise provided in the Schedule of Performance. 4.0 COORDINATION Or, 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: Jeanette V.Coffman Chief Executive Officer COFFMAN ASSOCIATES 237 N.W. Blue Parkway Suite 100 Lee's Summit, Missouri 64063 (816) 524-3500 It is expressly understood that the experience,knowledge,capability and reputation of the foregoing 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. 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 for the 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 maybe 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 F82/276/099999-3000/2160684.2 6114196 Revised:09/01/98 3 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, INDEMNMCATION 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) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis. The policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000 for bodily injury, death and property damage or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and$1,000,000 products and completed operations and property damage limits of$500,000 per occurrence. If the Contract Sum is greater than$100,000,the policy of insurance shall be in an amount not less than $5,000,000 combined single limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$500,000 per person and$1,000,000 per occurrence and property damage liability limits of$250,000 per occurrence and$500,000 in the aggregate or (ii) combined single limit liability of$1,000,000. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. 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. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. 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 City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. All certificates shall name the City as additional insured(providing the appropriate endorsement), be signed by an authorized agent of the insurer, and shall contain the following "cancellation" notice: "CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail an advance 30-day written notice to the Certificate holder named herein." 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 persons 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 Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 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 f521276/09999930002160684.2 6/14/96 Rev,.d:09/01/98 4 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; (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 is 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 Clerk, 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 Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better,unless such requirements are waived by the City Manager or designee of the City ("City Manager") due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates 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 Manager to 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. 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 F=76/099999-3000M1 84.2 6/14/96 Revised.MIOI198 5 the termination of this Agreement, and 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 of 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, and 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 tiondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the parry's consent or approval shall not be deemed to waive or render unnecessary the other parry'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 F=76/099999-3000/2160a4.2 6/14/96 6 Revk.d:09/01/98 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 upon, 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 such 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 such 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 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-DISCREW NATION 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 F52/276/0999 3000/2160684.26/14/96 7Revised:09/01/98 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, and in the case of the Contractor, 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. 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. (Signatures on following page) FS2/276/099999-3000/2160684.2 6/14/96 8 RcvkM.09/01/98 • • IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. TT CITY OF PALM SPRINGS, CALIFORNIA City Clerk City Manager APPROVED AS TO FORM: , �--- CONTRACTOR: SUBSCRIBED AND SWORN TO BEFORE ME [, Jam' C p (Check One: individual, partnership, THIS...,.....:...,DAYOF.. ...:. F9.�.. — corporation) . ......:..... Y..... NO(I ARt_10TA ���NNNOTARIZED) By: _- _ Signature - Sui 17o%acy Public-State of B Lo LJ ��� PP115/lye� Miss®2tU - County of Jackson Print Name and Title JAY COmMissioo Ettpires Aug s,2 (NOTARISUBSCRIBED AND SWORN TO BEFORE MED) By. —Sign uie THIS....S..;:.DAYOF... ...f9 . 6 - Print Nam and Title NO R UBUC SHERMIJ. IRViN Z�j7 f Mailing Address: Notary Public of Jackson State s Niiss®39d O®onflt Lees ,Smoq 11 i 64D6 My (Commission Fiupires Ann U,2004 � - (Corporations require two signatures: One from each of the following: A. Chairman of Board,President,any Vice President:AND B.Secretary,Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer). (END OF SIGNATURES) d='6 r 4�� boo•;^'f "le tr FS2/296/(YWa)-3"/2160684.2 6/14/96 R,,oM:09/01/98 9 EXHIBIT "A" SCOPE OF SERVICES Contractor to provide full range of services necessary to complete an update to the Airport's Master Plan, necessary environmental documentation,pavement analysis study and an Economic Impact Analysis as more specifically defined in the attached 32 page scope document: 10 EXHIBIT A SCOPE OF SERVICES FOR PALM SPRINGS INTERNATIONAL AIRPORT MASTER PLAN STUDY AND ENVIRONMENTAL DOCUMENTATION Introduction The Palm Springs International Airport Master Plan Scope of Services is being prepared pursuant to initiation of the study, to establish the goals of the project and framework from which all parties to the project may participate. The objective of the Airport Master Plan is to provide the community and public officials with proper guidance for future development which will satisfy aviation demands and be wholly compatible with the environment. Additionally, this study has the specific objective of re-examining recommended direction from the 1994 Master Plan Update while incorporating subsequent changes when conditions and circumstances may have invalidated previous recommendations. Still-valid concepts may be retained, while new concepts will be developed for those alternatives no longer valid or considered to be unacceptable or unworkable. Coordination between the City of Palm Springs, Regional, State, and Federal agencies, and the consultant team will be essential to bringing together all facts and data relevant to the project and to developing a mutual agreement regarding future development of the airport. Specific objectives written in this Scope includes: • To obtain socioeconomic factors likely to affect the air transportation demand in the region. • To determine projected needs of airport users through the year 2020 by which to support airport development alternatives. • To recommend improvements which will enhance the airport's capacity to the maximum extent possible. • To evaluate development options for both the East and South side of the airport. • To evaluate possible long term acquisition measures needed to satisfy environmental concerns and promote orderly airport growth. • To produce current and accurate airport base maps and Airport Layout Plans using new aerial photography and topographic/planimentric mapping . A - 1 9122100 • To establish a schedule of development priorities and a program for the improvements proposed in the Master Plan. • To prioritize the airport capital improvement program. • To evaluate the existing airfield pavement condition and recommend a program of continued pavement maintenance. • To evaluate airport access and parking requirements. • To conduct a detailed financial plan which would evaluate future airport revenues and expenses. • To assess the airport's impact on the local and regional economy. • To prepare the appropriate environmental documentation for compliance with both CEQA and NEPA requirements. • To develop active and productive public involvement throughout the planning process. This Master Plan will provide recommendations from which the City may take action to improve the airport and all associated services important to public needs, convenience, and economic growth. The plan will benefit all residents of the area by providing a single comprehensive plan which supports and balances continued growth of air carrier activities and the environmental preservation of the surrounding environs. ELEMENT 1 —INITIATION Task 1.1 —Refine the Work Scope Description Description: Detailed descriptions of each item of work required for completion of the Airport master Plan for Palm Springs International Airport will be prepared. Guidelines provided by the City of Palm Springs and those drawn from the FAA will be integrated into the scope of work. Initial and final draft copies of the work program will be typed and delivered to the City for comments. The final product of this task will be the scope of work which will be attached and made a part of the project contract documents. Charts of the project work flow will be included. Responsibilities: Consultant: Prepare description of each work item(task) included in the Scope of Work. Sponsor: Review and negotiate the Workscope to ensure proper attention is paid to critical areas. A - 2 9122100 Product: A refined description of the Workscope which will be made a part of the Project contract documents. Task 1.2—Establish Proiect Budget and Schedule Description: Each work effort outlined under Task 1.1 will be evaluated to estimate the number of person-days necessary to accomplish the work efforts and the cost per person-day based on the billing classifications of the planning professionals assigned. Expenses for travel, subsistence, materials,computer time,reproduction and printing,and miscellaneous study-related costs will also be estimated. When estimated person-days have been established, they will provide input to the development of a project schedule identifying allowable time frames for major phases of the study. This schedule will also identify milestones for deliverables of each element to be. submitted for review. A detailed element-by-element itemization of project person-days and costs with a final project time schedule in graph form will be attached to all copies of the final work scope defined under Task 1.1. Responsibilities: Consultant: Establish project budget and schedule. Sponsor: Review and negotiate project budget and schedule. Product: A Budget and Schedule which will be made part of the Project contract documents. Task 1.3 —Establish Planning Advisory Committee Description: Potential members will be identified and asked to serve on a Planning Advisory Committee (PAC). The PAC will be composed of a) representatives of local, regional, state, or federal agencies; b) airport users and tenants; and c) the local business community. The PAC will advise the Sponsor and Consultant on the conduct and recommendations of the Master Plan through meetings and review of working papers. Responsibilities: Consultant: Assist Sponsor in selection of PAC members, providing all necessary coordination to ensure interested parties are contacted. Sponsor: Extend invitations to potential committee members. Product. A Planning Advisory Committee which will meet during the course of the Master Plan. A - 3 9122100 Task 1.4—Prepare Study Workbooks Description:Provide up to thirty-five(35)standard three-ring notebooks for distribution to the PAC for their use during the Master Plan study. A workbook cover will be designed and the workbook format will be developed with sections for inserting working papers, notes, and other pertinent information. Responsibilities: Consultant: Design and prepare workbooks for the Committee. Sponsor: Review and comment prior to distribution. Product: Thirty-five (35) Study Workbooks. Task 1.5—Prepare Study Initiation Brochure Description: Prepare graphics and narrative for a Study Initiation Brochure. The brochure will provide information on the study goals and objectives, why it is being considered, and how the public can become involved in the study. Up to two thousand five hundred (2,500) copies will be prepared. Responsibilities: Consultant: Design and print brochures. Sponsor: Review and comment prior to distribution. Product: 2,500 copies of a Study Initiation Brochure. ELEMENT 2—INVENTORY The purpose of this Study Element is to assemble and organize relevant information, data, and mapping to be used throughout the study in support of various analyses. This element will maximize the use of existing information and will prepare new data and documentation only when existing information is unavailable, incomplete or outdated. Narrative prepared as part of this element will highlight the changes since the completion of the existing Master Plan. Task 2.1 —Evaluate Existing Documents Description: Evaluate in detail existing documents and previous planning efforts for their adaptability or use in the Master Plan Update process. These documents will include previous master plans, area development plans, terminal area plans, and such other documentation as available. Where possible, revise or adapt existing documents or working formats for the Master Plan Update. A - 4 9122100 Responsibilities: Consultant: Review and evaluation of existing planning documents. Sponsor: The City staff shall assist the Consultant in the procurement of existing documents. Product: Compilation of previous study efforts and existing documents for input to future tasks. Task 2.2—Obtain Aerial Photographs and Mapping Description: The Consultant will assemble new aerial photography and topographic/planimentric mapping of Palm Springs International Airport and its environs. Topographic/planimentric mapping of the surrounding area and aerial photography of the airport including any existing or potential future airport property or Runway Protection Zone areas will be obtained. Responsibilities: Consultant: Obtain new aerial photographs and topographic/planimetric mapping. Sponsor: Coordinate with the Consultant as necessary. Product: Aerial photographs and topographic/planimetric mapping for use in preparing Base Maps. Task 2.3—Inventory Airport Physical Facilities Description: Perform complete inventory of physical facilities and land use which presently exist within the boundaries of the airport. The inventory will include an examination of plans and documents as well as a thorough on-site inspection of each physical facility to determine its type and size,condition, adequacy, and use. The work effort will take maximum use of existing information available in the airport and city offices. The following relevant areas are included as a minimum: Airfield: Record of pavement strength, conditions, and dates of rehabilitations or overlays (all runways, taxiways, and aprons); lighting and navaid systems, including installation dates, current conditions, and locations. Terminal Complex: Cursory overview of functional areas in terminal building and concourses with square footage allocations to tenants. Cargo Complex: Structures and pavements (if not already included in general airfield listing), including the size, condition (age), location and type of construction of buildings used in cargo operations, itemized by tenant. A - 5 9122100 • i FBO/GA Services Complex: Square footage of structures, use, condition; fuel storage capacity(by fuel grade), location of tanks, and age of equipment and tanks. Ancillary Facilities: Other businesses on airport (define type of business, building size and condition),including leasehold map;ARFF and maintenance facilities and description of equipment. Responsibilities: Consultant: Conduct a complete inventory of the airport facilities to accumulate pertinent data. Sponsor: Provide the Consultant access to the airport property and airport records as necessary. Product: Tabulated airport facilities inventory for input to later tasks, highlighting changed conditions since the existing master plan. Task 2.4—Perform Pavement Maintenance Evaluation Description: The pavement management program forms the basis for identifying routine maintenance needs and for developing a prioritized list of recommended pavement improvement projects for Palm Springs International Airport. The pavement management system will be developed using previous pavement related data, condition data collected during this project, and state-of-the-art computer programs,including the MicroPAVER pavement maintenance management software. The pavement management system developed during this project will ensure that Palm Springs International Airport is in compliance with Public Law 103-305. This law requires that any airport requesting Federal funds for pavement improvement projects must have implemented a pavement- maintenance management program. This requirement is outlined in Federal Aviation Administration (FAA)Program Guidance Letter(PGL) 95-2, and is incorporated into all FAA grants for pavement improvement projects as Grant Assurance 11. Methodology: The pavement management system will be developed in accordance with the guidelines outlined in Federal Aviation Administration (FAA) Advisory Circular 150/5380-6, "Guidelines and Procedures for Maintenance of Airport Pavements",Advisory Circular 150/5380-7, "Pavement Management Systems",Advisory Circular 150/5320-6D,"Airport Pavement Design and Evaluation",Program Guidance Letter 95-2, "Pavement Maintenance-Management Program", and ASTM D-5340, "Test Method for Airport Pavement Condition Surveys". The tasks that will be completed to develop a pavement management program for Palm Springs International Airport are: • Kick-Off Meeting • Records Review • Network Definition and CAD Map Development A - 6 9122100 • Visual Condition Survey • Traffic Data Evaluation • MicroPAVER Implementation and Training • 10-Year Maintenance and Rehabilitation Program Development Responsibilities: Consultant: Perform the pavement maintenance evaluation. Sponsor: Provide the Consultant with"As-Built"plans of all airport pavement projects as well as all documentation relating to airport pavements. Provide the Consultant access to the Airport/Airfield. Product: Five (5) copies of the Pavement Maintenance Program Report as well as a reproducible copy of the report. Task 2.5—Inventory Airport Access and Parking Description: Making maximum use of existing information, perform inventory of airport access system with special emphasis on ease of circulation and use or roadway system. Data available in recent documents or currently under study for access and parking systems will be incorporated in this task. A series of inventory subtasks will be conducted to obtain the following information, as a minimum. As appropriate, this information will be presented in map form. a) Roadway system circulation and traffic flow, including number of lanes and turn lanes. b) Parking lot operation, use and safety and number of spaces. c) Bus service, taxi and limo adequacy, use, schedule. d) Automobile traffic activity and peak hour volumes, as available. e) Traffic mix associated with various roadways. f) Perimeter and Ancillary roadway system. g) Regional transportation facilities that provide major access to Palm Springs International Airport. Responsibilities: Consultant: Conduct a complete inventory of the airport facilities to accumulate pertinent data. Sponsor: Assist the Consultant in obtaining existing available airport data relating to access and parking. Product: Base data input to subsequent tasks. A -7 Task 2.6—Inventory Airport Financial Data Description: In consultation with airport staff,develop a detailed understanding of the type,format and level of detail that will be most beneficial as a part of the economic and financial analyses conducted in the master plan. Identify the specific financial data and information necessary to provide adequate financial evaluations of any proposed development resulting from the planning process. This information will pertain primarily to the following, as it is available: a) Legislation and ordinances. b) Airport management policies and guidelines. c) Financial statistics of the airport. d) Monthly and Annual financial reports (5 years). e) Airport leases, user fees, and other sources. f) Capital improvement projects planned or in progress. g) Debt service and depreciation requirements. h) Operational costs and revenues. i) Previous FAA or state grants. j) Passenger facility charge (PFC) documentation. Responsibilities: Consultant: Assemble data. Sponsor: Provide and review available financial data with Consultant. Product: Input data to subsequent tasks. Task 2.7—Inventory Air Traffic Activity Description: Air traffic activity data for the airport will be assembled and organized from various sources. Relevant data on scheduled air carrier, commuter, air taxi, general aviation and military activity for Palm Springs International Airport will be collected. Data will be obtained from the City, the FAA Regional Office, FAA tower statistics, the Air Transport Association, individual airlines, Fixed Base Operators, and the military. The assembled data will include, as available: a) Historical (annual: 20 years, monthly: 5 years) airline and commuter activity, including passengers, origins/destinations, operations, aircraft type, cargo, mail, etc. b) General aviation operations (local and itinerant), based aircraft by type, as available. c) Air freight and air mail tonnage, operations, aircraft type, origins/destinations, etc., as available. d) Military operations (itinerant and local), aircraft operations mix, based aircraft, etc. A - 8 Responsibilities: Consultant: Assemble data. Sponsor: Assist Consultant in obtaining available airport records. Product: Input to subsequent tasks. Task 2.8—Inventory Airspace and Air Traffic Control Description: Review and perform inventories of airspace and air traffic procedures and operations at Palm Springs International Airport. Conduct interviews with airport officials, FAA representatives, airlines, pilots, and others as necessary or appropriate to develop a complete description of aircraft operations and airspace at Palm Springs International Airport. Basic inventory items will include: a) Airways and air traffic patterns. b) Noise abatement procedures. c) Navigational aids. d) Airspace conflicts and obstructions. e) Applicable control procedures. Responsibilities: Consultant: Assemble data. Sponsor: Assist in arranging interviews as necessary. Product: Input to later analysis. Task 2.9—Inventory Socioeconomic Data Description: Obtain statistical data on historical and forecast socioeconomic factors for the Palm Springs area. These factors will include employment, income, population age group and housing characteristics, with emphasis placed upon identification of specific socioeconomic characteristics of the developed areas in the local environs as well as trends that have been established for future development and habitation. Responsibilities: Consultant: Assemble data based on latest information available. Sponsor: Assist in collection of data. Product: Input to later analysis. A - 9 Task 2.10—Prepare Inventory Working Paper Description: Prepare a working paper which will provide up-to-date information in tabular, narrative, and graphic format. This will include information on the airport facilities, applicable air traffic activity, access and parking data,present planning efforts, an overview of airspace, air traffic characteristics, and an operations data summary describing aircraft activity for use in subsequent analyses. This task involves the use of existing data for the airport. Responsibilities: Consultant: Develop complete narrative and graphics for the working paper. Sponsor: Responsible for distribution of working papers to the PAC members. Product: Thirty-five(35)copies of a working paper covering the items outlined in the Inventory element. This working paper will become a chapter in the final report. ELEMENT 3—FORECASTS This study element is intended to determine an estimate of future levels of air traffic by quantity and by characteristics that will identify the demand that must be met by Palm Springs International Airport and by the surrounding airport environs area. The work tasks to be carried out as part of the element include the following: Task 3.1 —Review Regional and Airport Area Socioeconomic Forecasts Description:Review and analyze current local and regional socioeconomic forecasts obtained in the Inventory element. In consultation with state, regional, and local planning agencies and other local agency participants, select the forecasts which seem most representative of expected future trends. Responsibilities: Consultant: Review all socioeconomic material pertaining to the study and the region. Sponsor: Identify potential sources of information and assist Consultant in obtaining socioeconomic material. Product: Forecasts of expected socioeconomic trends. Task 3.2—Prepare New Commercial Service Demand Forecasts Description: Develop commercial service demand forecasts using mathematical approaches and more complex methodologies such as multiple and curvilinear regression, and taking into consideration forecasts from other sources such as the FAA, State, and ATA. Historical activity A - 10 statistics by commercial service airlines at the airport will be organized to evaluate peaking characteristics and fleet mix ratios. The methodology utilized in this analysis will be a variety of techniques that will factor in national air transportation statistics, local socioeconomic factors, as well as the independent airport data. Correlation analysis techniques will include relatively simple graphical comparisons as well as more complex regression analyses. A final refinement of commercial service forecasts will be conducted to integrate the effects of changing technology and the region's existing and strategic market plans and will result in estimates of commercial demand for 2005, 2010, and 2020 which will be presented as: • Annual enplaned passenger volumes. • Annual commercial service aircraft operations. • Peak hour enplanements and operations. • Commercial service aircraft mix and carrier classifications. • Annual instrument approaches (AIA's). Responsibilities: Consultant: Prepare new commercial service demand forecasts. Sponsor: Assist Consultant in obtaining available airport records. Product: Complete incremental forecasts for the years 2005, 2010, and 2020. These forecasts will be coordinated with the Airport,FAA,State,and other interests at this point to ensure that the study proceeds on the basis of generally supported assumptions. Task 3.3—Prepare General Aviation Demand Forecasts Description: Develop general aviation demand forecasts using both simple and more complex methodologies taking into consideration forecasts from other sources such as the FAA. Historical general aviation activity statistics for the airport will be organized to evaluate airport peaking characteristics and fleet mix ratios. The methodology used in this analysis will involve a variety of techniques that will factor in national general aviation transportation statistics, local socioeconomic factors as well as the independent airport data. Correlation analysis techniques will include relative simple graphical comparisons as well as more complex regression analysis. A final refinement of activity forecasts will be conducted to integrate the effects of changing technology in general aviation and will result in estimates of general aviation demand for 2005, 2010, and 2020 which will be presented as follows: • Based aircraft totals and mix. • Annual general aviation and operations (local vs. itinerant). • Peak hour operations. • Annual instrument approaches (AIA's). A - 11 Responsibilities: Consultant: Prepare General Aviation demand forecasts. Sponsor: Assist Consultant in obtaining available airport records. Product: Complete general aviation forecasts for the years 2005, 2010, and 2020. These forecasts will be coordinated with Airport, FAA, State, and other interests at this point to ensure that the study proceeds on the basis of generally supported assumptions. Task 3.4—Prepare Cargo Market Assessments Description:Based upon the results of information collected from local air cargo operators at Palm Springs, and using the databases prepared under preceding tasks, prepare forecasts of air cargo demand for 2005, 2010, and the year 2020. The forecasts under this task will consider anticipated cargo volume and aircraft movements under the condition that service is provided only to local sources, i.e., a continuation of current operating conditions with a natural growth pattern. Responsibilities: Consultant: Prepare Cargo Forecasts. Sponsor: Review Data. Product: Market assessments of cargo volumes and cargo aircraft movements related to the continuation of current operating conditions. Task 3.5—Prepare Access and Parking Forecasts Description:Using the aviation activity forecasts,and the access and parking inventory data,prepare airport access and parking demand forecasts for the years 2005,2010,and 2020. These analyses will also include detailed evaluations to distribute estimates annually through the period as well as to assign volumes to each separately identifiable mode of ground transportation used. The effect these volumes will have on regional access routes will be considered. Responsibilities: Consultant: Prepare Access and Parking Forecasts. Sponsor: Review Data. Product: Forecasts of airport access and parking demand for the short, intermediate, and long terms. A - 12 Task 3.6—Prepare Forecasts Working Paper Description:A working paper detailing the results of the forecasts will be compiled. Since this data will become an important parameter for input into the remaining elements of the study, it will be submitted to representatives of the airport,local planning agencies,the FAA,and the State for review before dependent tasks will be finalized. Responsibilities: Consultant: Develop complete graphics and narrative for the working paper. Sponsor: Responsible for the distribution of working papers to the PAC members. Product: Thirty-five(35)copies of a working paper covering the items outlined in the Forecast element. This working paper will become a chapter in the final report. ELEMENT 4—DEMAND/CAPACITY The purpose of this study element is to determine the critical airside and landside demand/capacity relationships to serve as a guide for later determination of facility requirements. In addition,by the end of this element, enough information will have been collected and analyzed so that reasonable solutions can be prepared for those components of the plan requiring more immediate action. Task 4.1 —Determine Airfield Capacity and Delay Description: Using the FAA's airfield capacity/delay model, estimate current and future levels of airfield capacity and delay for Palm Springs International Airport. These analyses will be based on the existing airfield configuration, aviation demand forecasts, and an analysis of airspace capacity potentials and constraints, and will involve the investigation of management and operational procedures in order to optimize the use of the total airside(runway, taxiway, and apron). Emphasis will be placed on changes which have occurred since the last Master Plan that will affect capacity and delay. Responsibilities: Consultant: Calculate existing and future Airfield Capacity and Delay. Sponsor: Review. Product: Estimate of both existing and future airfield capacity as well as delays to be expected. A - 13 Task 4.2—Evaluate Terminal Gate Capacity Description: Utilizing information developed in earlier tasks, as well as information contained in the 1989 Airport Terminal Development Plan, evaluate gate occupancy and utilization. The evaluation will identify the timing and need for additional gates,and will examine gate requirements from three different approaches. These include peak hour utilization, daily utilization, and annual utilization. These standard approaches are outlined in FAA AC 150/5360-13, Airport Terminal Building Planning and Design. Responsibilities: Consultant: Evaluate Terminal gate capacity. Sponsor: Provide the Consultant with the results of any previous Terminal studies. Product: Terminal gate capacity. Task 4.3—Evaluate Access System and Parking Capacity Description: Evaluate the capacity of the airport external and internal access system. Where necessary, evaluate the capacity of the airport and subregional access roadway system during peak hours. Identify those features of the access and parking system that are out of balance with the rest and identify the constraints which will be placed on the total landside system. Responsibilities: Consultant: Evaluate access system and parking capacity. Sponsor: Provide the Consultant with the results of previous parking and access studies. Product: Evaluation of access system capacity. Task 4.4—Prepare Demand Capacity Working Paper Description:Organize background information,analyses,and findings of the demand/capacity work efforts and prepare a detailed working paper in narrative and graphical format. This working paper will organize the rationale upon which the capacity determinations are based. Up to 35 copies of the working paper will be prepared for distribution. Responsibilities: Consultant: Develop complete graphics and narrative for the working paper. Sponsor: Responsible for the distribution of working papers to the PAC members. A - 14 Product: Thirty-five (35)copies of a working paper covering the items outlined in the Demand/Capacity element. This working paper will become a chapter in the final report. ELEMENT 5—FACILITY REQUIREMENTS The purpose of this study element is to convert basic capacity needs into types and volumes of actual physical facilities required to meet forecast demands in aviation activity, and to identify short-term corrective strategies for problems that demand immediate attention. Task 5.1 —Establish Airport Physical Planning Criteria Description: Identify physical facility planning criteria for use in assessing the adequacy of various airport facilities to meet forecast demands. These criteria shall be based upon the latest FAA requirements and standards as they apply to the level of activity identified,new technology,and role of the airport. These criteria shall include dimensional standards for safety including runway separation,height restrictions,etc. In addition,these criteria shall include requirements to maintain airspace/air traffic control including approach and runway protection zones, safety areas, and other general physical area requirements such as aprons, terminal/ operations, access circulation and parking, hangar and services, administrative, ARFF, rent-a-car, cargo, Federal Inspection Services (FIS) facilities, and other airport service and support facilities. Responsibilities: Consultant: Identify physical planning criteria to meet forecast demands. Sponsor: Review. Product: Detailed criteria for airport physical planning. Task 5.2—Preliminary Airfield Facility Requirements Description: Using the results of the demand/capacity studies (Element 4), as well as relevant information from other tasks, determine and prepare a preliminary list of facility requirements needed to meet projected demands for the airport for existing 5, 10, and 20 year time frame. These facility requirements will be used in the later comparative evaluations and will be based upon both the airport physical planning criteria and the aviation forecasts. Facility requirements to meet aviation demand for the airfield will include (but not be limited to) runways, taxiways, lighting,navigational aids, and marking and signage. Specific attention will be given to the need to lengthen the General Aviation runway. These facility requirements will be developed in the form of gross areas and basic units and will be compared to those that presently exist to identify the future development items needed to maintain adequate service, function, and operations of the airport. In subsequent tasks,the above facility requirements will be translated into alternative plans for further evaluation in relation to established planning criteria. Because facility A - 15 requirements are a function of airport concept possibilities (particularly in staging), these later analyses will be performed in coordination with other factors and may undergo several modifications. Responsibilities: Consultant: Identify specific airfield facility needs. Sponsor: Review. Product: Detailed description of all airfield facilities required to meet aviation demands at the airport through the year 2020. Task 5.3—Prepare Preliminary Landside Area Facility Requirements Description: Using information provided by the aviation planning criteria established under preceding tasks, develop a set of facility requirements addressing the landside facilities necessary to support the airfield and its related activity. Requirements for facilities such as cargo facilities, fueling,ARFF,airport maintenance,general aviation terminal facilities,FBO areas,rent-a-car ready and remote lots, and revenue support facilities will be developed under this task. Responsibilities: Consultant: Identify specific landside area facility needs. Sponsor: Review. Product: Detailed description of facility requirements necessary for landside development to support forecast aviation demand through the year 2020. Task 5.4—Preliminary Terminal Building Facility Requirements Description:Utilizing the existing Airport Terminal Development Plan and information developed under the demand/capacity evaluations, prepare facility requirements for the passenger terminal. These requirements will include,but not necessarily be limited to: number of gates, airline support area, public and non-public areas, concessions, and Federal Inspection Services (FIS) facilities. Responsibilities: Consultant: Identify specific terminal building requirements. Sponsor: Review. Product: Preliminary requirements for passenger terminal. A - 16 Task 5.5—Prepare Preliminary Access Requirements Description: Using information prepared during previous studies, planning standards developed under Task 5.1 and facility requirements developed under previous tasks, prepare preliminary requirements for on and off airfield surface access to various airfield, cargo, landside, and terminal facilities. Considerations of anticipated vehicular mix and volume will determine the sizing of facilities necessary, although these requirements may be significantly adjusted based on various aviation alternatives. Responsibilities: Consultant: Identify specific access requirements. Sponsor: Review. Product. Preliminary requirements for airfield, cargo, terminal, general aviation and non-aviation surface access. Task 5.6—Prepare Working Paper Description: Organize background information, analysis, and findings of the facility requirements work effort and prepare a detailed working paper in narrative and graphical format. Up to 35 copies of the working paper will be prepared for distribution. Responsibilities: Consultant: Develop complete graphics and narrative for the working paper. Sponsor: Responsible for the distribution of working papers to the PAC members. Product: Thirty-five(35)copies of a working paper covering the items outlined in the Facility Alternatives element. This working paper will become a chapter in the final report. ELEMENT 6—AIRPORT ALTERNATIVES Using the Facility Requirements determined under the previous element, alternative development scenarios for Palm Springs International Airport will be identified. These scenarios must take into account the development needs of the airport to meet projected aviation demand levels as determined in the forecasting element and meet airfield,cargo area,general aviation area,revenue support area, and terminal area capacity needs established under the demand/capacity element. Specific attention will be paid to the potential of relocating the Airport Traffic Control Tower and the location of future Federal Inspection Services(FIS)facilities. Upon completion of preliminary development scenarios, a PAC meeting will be held to determine the most feasible development alternatives and the resulting concepts for development of airfield,cargo,general aviation,revenue support and terminal areas will A - 17 be refined. Throughout the analyses of alternatives, the highest and best use of various parcels of land will be considered when two or more functional areas may be well-applied to a specific piece of property. Task 6.1 —Identify Alternative Development Issues Description:Based on the results of the demand/capacity relationships and the facility requirements necessary to meet those demands, identify the various issues which will impact the development of alternatives for the various functional areas of the airport. This task will provide insights into the potentials for and policies constraining the development of specific land uses within the existing or future airport boundaries. Responsibilities: Consultant: Identify and compile issues relating to airport development. Sponsor: Provide input as to any airport policies and issues affecting airport development. Product. A listing of the various policies and guidelines impacting the development and placement of various airport alternatives. Task 6.2—Identify Potential Airfield Alternatives Description: On the basis of the airport facility requirements established in preceding elements, formulate preliminary airfield development alternatives. These alternatives will be based on concepts for development within existing airport boundaries or with the expansion of airport boundaries which show all necessary development during the planning period and beyond. Noise impacts associated with each alternative will be evaluated. This task will be conducted simultaneously with following tasks and result in a series of overall development options for the airport. Each alternative will be analyzed from the standpoint of efficiency, cost, environmental factors, and ability to maximize airfield capacity. Responsibilities: Consultant: Develop up to five (5) airport development options. Sponsor: Review. Product: A series of development options, each of which meets the forecast airfield facility demands. Task 6.3—Identify Potential Landside/Terminal Alternatives Description: Based on the landside/terminal facility requirements determined under the previous element, formulate preliminary development alternatives. These alternatives will be based on A - 18 concepts for development within or beyond existing airport boundaries which show all necessary development during the planning period and beyond. This task will be conducted simultaneously with other tasks in this element and result in a series of overall development options for the airport. Responsibilities: Consultant: Develop up to five (5) landside/terminal development options. Sponsor: Review. Product: A series of landside/terminal alternatives which fulfill the facility requirements to meet forecast demand levels. Task 6.4—Identify Potential Non-aviation Development Alternatives Description:Based on the non-aviation/revenue support area facility requirements determined under the previous element, formulate preliminary revenue support area development alternatives. The impact of FAA regulations on land acquired with FAA grants will be considered. This task will be conducted simultaneously with other tasks in this Element and result in a series of overall development options for the airport. Responsibilities: Consultant: Develop non-aviation development options. Sponsor: Review. Product: A series of development options which meet the forecast facility requirements outlined for revenue support facilities in the previous element. Task 6.5—Review Land Acquisition Requirements Description: Review the approved boundary for long-term (20+ years) adequacy for airport protection, support, or development. Consideration will be given to "natural' boundaries (sheets, highways,etc.),the long-term compatibility of adjacent land uses,land values,and FAA regulations. Responsibilities: Consultant: Conduct a review and analysis of long-term land needs. Sponsor: Input and review. Product: Detailed assessment of airport boundary and adjacent land use compatibilities. A - 19 Task 6.6 —Preliminary Master Plan Concept Description:Utilizing the information developed above,prepare a detailed comparative evaluation and the supporting rationale that systematically eliminates those alternatives with the least potential and establishes a single recommended program for development of the airport facilities. The recommendation for the most prudent and feasible Master Plan concept will become the basis for the final refinement of concepts, costs, and scheduling. This recommended concept is considered preliminary in nature at this point in order to allow further input from the city, the PAC, the FAA, and the public. Responsibilities: Consultant: Develop a refined masterplan concept forpreliminary review by the Sponsor, PAC, and other interested parties. Sponsor: Review. Product: A preliminary master plan concept. Task 6.7—Prepare Working Paper Description:A working paper describing the various airfield and landside development alternatives will be prepared for submission to the PAC for review and comment. The Working Paper will detail the analysis involved in the assessment of the alternatives and outline the advantages and disadvantages of each to enable the logical and systematic evaluation of each alternative concept. Up to 35 copies of the working paper will be prepared for distribution. Responsibilities: Consultant: Develop complete graphics and narrative for the working paper. Sponsor: Responsible for the distribution of working papers to the PAC members. Product: Thirty-five(35)copies of a working paper covering the items outlined in the Airport Alternatives element. This working paper will become a chapter in the final report. ELEMENT 7—AIRPORT PLANS The purpose of this study element is to develop a new set of Airport Plans for Palm Springs International Airport. All plans are prepared in a format that is readily acceptable to the FAA and can be utilized by the City staff in carrying out implementation. All plans will be produced utilizing AutoCAD software. The AutoCAD software will be a deliverable item to the City of Palm Springs at the completion of this project. A narrative is also included in the report to better describe the A - 20 intended functions of the proposed development items. The Airport Plans will be included as an appendix to the final Master Plan Report. Task 7.1 —Update Airport Layout Plan Description: Using the results of the alternatives analysis developed under the preceding element, and FAA AC 150/5070.6A, "Airport Master Plan," update existing Airport Layout Plan (ALP) drawing for the airport. The ALP will reflect updated physical features, wind data tabulation, location of airfield facilities (runways, taxiways, navaids) and existing terminal area development. Development of ultimate airfield facilities including runways and taxiways;property and clear zone boundaries; and air carrier, general aviation, cargo terminal areas, revenue support areas will also be shown. Guidelines for updating the airport layout plan as defined by the FAA Western Pacific Region will be followed closely. Responsibilities: Consultant: Prepare the Airport Layout Plan. Sponsor: Review. Product: An updated ALP drawing for the airport which meets federal guidelines. Task 7.2—Update Approach and Runway Protection Zone Plan Description: Update the existing approach and Runway Protection zone plan in conformance with FAR Part 77 and FAA Region guidelines. As necessary height of potential obstructions will be researched. Responsibilities: Consultant: Prepare the approach and Runway Protection zone plan. Sponsor: Review. Product: An updated approach and Runway Protection zone plan for the airport which meets federal guidelines. Task 7.3 —Prepare Terminal Area Plan Description:Update the existing Terminal Area Plans reflecting recommended development in the passenger terminal area and contiguous aviation development areas as resulting from the recommendations of this study and the Terminal Development Plan. Responsibilities: Consultant: Prepare Terminal Area Master Plan. A - 21 Sponsor: Review. Product: Updated plans reflecting the development of the passenger terminal areas at the airport. Task 7.4—Prepare Access and Parking Plan Description: Prepare an Access and Parking Plan for Palm Springs International Airport reflecting input from the previous tasks. Terminal, general aviation, and air cargo area recommendations for parking will be included. Responsibilities: Consultant: Prepare Access and Parking Plan. Sponsor: Review. Product: Access and Parking Plan. Task 7.5—Prepare General Aviation Area Plans Description: Prepare General Aviation Area Plans reflecting development in areas not contiguous with the passenger terminal area resulting from the recommendations of this study. Depending on the future recommended development for the general aviation areas, more than one drawing may be required to adequately reflect the detail of development within the area. The plan(s) will include access taxiways,apron areas,hangaring and tie-down areas,structural areas,customer and employee parking areas, and vehicular circulation and access for the short, intermediate, and long term planning periods. Responsibilities: Consultant: Prepare general aviation area plans. Sponsor: Review. Product: General aviation area plan drawings reflecting the selected development alternative for these facilities at the airport. Task 7.6 —Prepare On-Airport Land Use Plan Description:A land use plan for the area within the boundaries of the airport will be prepared,based on the identified overall development concept. This will include industrial/commercial development areas, general aviation areas, terminal complex, air cargo areas, ground access and vehicular circulation system service areas, and distinctions between aeronautical and non-aeronautical uses. A -22 Responsibilities: Consultant: Prepare On-Airport Land Use Plan. Sponsor: Review. Product: On-Airport Land Use Plan. Task 7.7—Airport Property Map Description: Assemble title descriptions and existing property survey for all property presently owned/controlled by the Airport. Prepare a property map on AutoCAD, to include the following information: title description, acreage, record of transaction, FAA participation, existing facilities, and existing runway protection zones. Other information to be assembled and included in the database for use with the property map include: leasehold interests,lessor name and lease period for all leases held outside of the terminal building. The data disks for this drawing will be delivered to the Airport upon completion of the base mapping. Responsibilities: Consultant: Prepare Airport Property Map. Sponsor: Provide appropriate data and review Property Map. Product: Airport Property Map. ELEMENT 8 —FINANCIAL PLAN The purpose of this study element is to establish a financial implementation program to provide the airport development requirements necessary to meet aviation activity demands during the forecast period. Task 8.1 —Prepare Airport Development Schedule Description: Based upon the previous evaluations and technical meetings, prepare the airport development scheduled to reflect economic feasibility and operational requirements of the recommended airport concept. Responsibilities: Consultant: Prepare an airport development schedule. Sponsor: Review. A - 23 Product: Development schedules for the improvements proposed as a part of the selected master plan concepts. Task 8.2—Prepare Airport Development Cost Estimates Description: Based upon the previous evaluations and technical meetings, prepare airport development cost estimates to reflect the revised requirements and schedule of development associated with the recommended airport concepts. Responsibilities: Consultant: Prepare development costs. Sponsor: Review. Product: Cost estimates for the improvements proposed as a part of the selected master plan concepts. Task 8.3—Prepare Airport Operational Cost Estimates Description: Based upon the evaluations above, prepare the airport operational cost estimates to reflect the requirements and schedule of development associated with the recommended airport concepts. Responsibilities: Consultant: Develop future airport operating costs based on material gathered in previous sections. Sponsor: Review. Product. Airport Operational Cost Estimates associated with the selected master plan concepts. Task 8.4—Prepare Airport Revenue Estimates Description: Based upon the above evaluations, prepare airport revenue estimates to reflect the schedule of development associated with the recommended airport concepts, the forecast level of operations, and anticipated adjustments in airport user rates. Specific attention will be paid to the use of Passenger Facility Charges (PFC's). Responsibilities: Consultant: Develop estimates of future airport revenues. A - 24 Sponsor: Review. Product: Airport Revenue estimates associated with the selected master plan concept. Task 8.5—Prepare Capital Improvement/Financial Program Description:Prepare a recommended airport capital improvement program which includes estimates of the amount of funds available from federal grant-in-aid programs to determine the net amount of capital funds required by the City to accomplish each proposed stage of improvements for the airport. Analyze alternative financing strategies that maybe available for implementing the proposed development program. Analyze the sources and uses of all airport funds that will be required to finance designated improvements and estimate the magnitude and timing of any bond issues and PFC's that may be required. Evaluate modifications in lease rates, airport charges and fees as well as airline rates and charges needed to develop net revenues sufficient to meet annual debt service requirements. Responsibilities: Consultant: Develop a detailed capital improvement/financial program. Sponsor: Provide review and input. Product: Capital Improvement/Financial Program for the selected master plan concepts. Task 8.6—Economic Benefit Analysis Description: Utilizing the Airport Economic Impact Model developed by the State of California, Department of Transportation, Division of Aeronautics, identify and measure the impacts of economic activity related to Palm Springs International Airport. The three primary impact indicators: (a) employment, (b) payroll, and (c) economic activity (operating expenses or expenditures by firms and government agencies). In addition, the study will measure the induced (or multiplier) effects of the primary impacts, using the Regional Input-Output Multiplier System (RIMS Il) developed by the U.S.Department of Commerce. The following categories of economic impact will be analyzed: • Direct impacts of suppliers of aviation services. — Airport concessionaires — Ground transportation — Air cargo and courier — Government agencies — Fixed base operators — General aviation aircraft owners — Air carrier and helicopter services A -25 • Direct impacts of manufacturing firms or other major aviation-related employers on or nearby the airport. • Indirect impacts of aviation from expenditures by travelers and tourists that arrive in the area by air. • Impacts of aviation on the various sectors of the local economy not necessarily involved in air transport, due to multiplier effects as aviation dollars are spent and re-spent. • Estimate of tax revenues created by aviation activity. Responsibilities: Consultant: Conduct a detailed analysis of the economic impact of the Palm Springs International Airport. Sponsor: Assist the Consultant in obtaining the data necessary to conduct the economic analysis. Product. Detailed Economic Impact analysis. Task 8.7—Prepare Working Paper Description: Prepare a detailed financial working paper which outlines the overall airport capital improvement program for the selected airport master plan concept. Organize narrative and graphical presentations of the information in this working paper to allow for a final review and adjustment of the overall master plan concept. Up to 35 copies of the working paper will be prepared for distribution. Responsibilities: Consultant: Develop complete graphics and narrative for the working paper. Sponsor: Responsible for the distribution of working papers to the PAC members. Product: Thirty-five(35)copies of a working paper covering the items outlined in the Financial Plan element. This working paper will become a chapter in the final report. ELEMENT 9 —PUBLIC COORDINATION, FINAL DOCUMENTATION, AND PRESENTATION The purpose of this element is to provide documents which depict all the findings of the study effort and to present the study and its recommendations to appropriate local organizations. A -26 Task 9.1 —Planning Advisory Committee (PAC) Meetings Description: Prepare graphic displays and handout materials necessary to describe the evaluations and findings of working papers prepared for the Master Plan Study. Meet with the PAC to review working papers and to discuss study findings. Comments received during these meetings will be considered in preparing the final documents. Responsibilities: Consultant: Distribute meeting notices to PAC. Provide presentations and necessary graphics at the meetings. Prepare summary minutes. Sponsor: Arrange for meeting room. Coordinate jointly with Consultant. Product: Five (5) PAC meetings with summary minutes. Task 9.2— Coordination Meetings Description: Meet with and give presentations to the Sponsor, City Council, FAA, or other local groups as directed by the Sponsor. Meetings are expected to involve status reports on the study and presentations of final recommendations. Five(5) local coordination meetings have been budgeted over the course of the study. Responsibilities: Consultant: Attend meetings and/or provide presentations and necessary graphics at the meetings. Prepare summary minutes as appropriate. Sponsor: Coordinate jointly with Consultant. Product. Five (5) local coordination meetings. Task 9.3—Public Workshops Description: The working papers prepared for the Master Plan will be presented to the general public in public workshops. The workshops will be held after the PAC meetings(either on the same day or next day). Advertising for the workshops will be accomplished using press releases, newspaper advertising, and direct mailings to neighborhood associations, and interested public groups in the Palm Springs area. Responsibilities: Consultant: Provide background,technical presentations, and necessary graphics for the meetings, prepare press releases and mock-ups of newspaper ads and flyers as directed. Prepare summary minutes. A - 27 Sponsor: Coordinately jointly with Consultant. Product: Four (4) public information workshops. Task 9.4—Final Master Plan Report Description: Upon completion of a review of all draft working papers and the incorporation of appropriate revisions, a final master plan report will be printed. Two hundred (200) copies of the final plan will be submitted. In addition, one reproducible set of Airport Plans will be provided to the city as well as computer disk(s) containing the master plan text and exhibits. Responsibilities: Consultant: Prepare and print 200 copies of the final master plan report. Sponsor: Coordinate distribution of final report to appropriate City, County,state, and federal officials. Product: Final Master Plan Report (200 copies). Reproducible set of Airport Plans. Computer disk(s) containing master plan text and graphics. Task 9.5—Prepare Master Plan Executive Summary Report Description: Prepare a detailed executive summary report. The executive summary is anticipated to be a comprehensive overview of the entire study, as presented in earlier technical memorandums. Review comments from client and print in suitably large volume for mass distribution. Up to 2,500 copies of the summary report will be submitted to the City. Responsibilities: Consultant: Prepare 2,500 copies of the summary report. Sponsor: Review and comment prior to distribution. Product: Summary Report (2,500 copies). Task 9.6—Economic Impact Study Executive Summary Description: Prepare narrative and all supporting graphics for an executive summary brochure of the Economic Impact Study. The publication will summarize recommendations of the study and include information on recommended development. The summary brochure will be designed for widespread distribution to the general public. Responsibilities: Consultant: Design, write, and print an executive summary brochure. A - 2S 0 Sponsor: Review and distribute. Product: 2,500 copies of an executive summary. Task 9.7— Obtain Master Plan Approvals Description: The Master Plan will be presented to the City for approval. The ALP set will also be submitted to the FAA for review and approval. Up to 20 blackline sets of the plans will be produced as necessary to gain final approvals. Responsibilities: Consultant: Submit the appropriate number of plan sets for City and FAA approval. Sponsor: Approve the Airport Layout Plan and Master Plan. Product: Approved Airport Layout Plan and Master Plan. ELEMENT 10 - ENVIRONMENTAL REVIEW AND DOCUMENTATION Task 10.1 - Environmental Reconnaissance -Inventory Description: Concurrent with the preparation of the Inventory Working Paper, known existing environmental conditions at Palm Springs International Airport and its immediate vicinity(area of potential affect) will be inventoried. The purpose of this inventory is to (1) update the existing conditions as identified in the 1995 EA/EIR in order to provide baseline data for future CEQA analysis of the master plan and to facilitate FAA review of any NEPA issues, and (2) identify potential environmental issues that may require consideration in developing Master Plan alternatives, including mitigation measures proposed as part of the Master Plan. Factors to be evaluated in this task include: • land use • biotic resources (including special status species) • flooding and floodplain values geology, soils, and seismicity • visual quality Results of this environmental inventory will be included as an appendix to the Master Plan Report and in the Initial Study to be prepared on the Master Plan Update. Responsibilities: Consultant.- Develop narrative and graphics of results of environmental reconnaissance inventory to be included as an appendix of the Master Plan Report. A - 29 0 0 Sponsor: Provide and/or assist in collection of data. Product: Input to Master Plan and Initial Study. Task 10.2 -Environmental Reconnaissance- Operational Issues Description: Utilizing the aviation forecasts developed under a previous task, identify potential operational issues associated with the alternatives. Prepare an assessment of noise,traffic, and air quality impacts. The noise assessment will be prepared utilizing the most current version of the FAA's Integrated Noise Model and will include existing and future(20-Year)noise contours. The air quality emissions will be determined using the most current version of the EPA-approved Emissions Dispersion Modeling System. (Note: a dispersion analysis is specifically not proposed under this task; should a dispersion analysis be required,it will be prepared under Task 10.7,Special Studies.) Responsibilities: Consultant: Develop narrative and graphics for each of the environmental categories influenced by operational conditions forecasted at the airport. This information will be included as an appendix to the Master Plan Report. Sponsor: Provide and/or assist in collection of data. Product: Appendix to the Master Plan Report as well as input to Initial Study and any subsequent CEQA or NEPA documentation. Task 10.3 -Review of Noise Com atn ibility Program Description: Review the FAA-approved Noise Compatibility Program (NCP) for Palm Springs Regional Airport, prepared in accordance with FAR Part 150. Determine the status of implementation of the recommended noise abatement, land use management, and program management measures. Compare the noise contours projected in the FAR Part 150 Study for 2015 with those developed wider Task 10.2 of this study. Identify any discrepancies and whether an update to the NCP is warranted at this time. (The update of the NCP, if warranted, is not included in this task.) Responsibilities: Consultant: The results of the evaluation of the implementation of the NCP, the results of the comparison of the noise contours,and a recommendation regarding the continuing applicability of the NCP or need for an update will be included as an appendix to the Master Plan Report. Sponsor: Provide inputto the Consultant regarding the status of implementation of the approved NCP. A- 30 Product: Appendix to the Master Plan Report and input to environmental analysis. Task 10.4 -Initial Studv Description: Prepare an Initial Study,per the City of Palm Spring's guidance, as the basis for the City's determination whether the Master Plan Update requires a Negative Declaration, a Mitigated Negative Declaration,or an Environmental Impact Report(EIR). (Note:Additional environmental studies may be required to support adoption of a Mitigated Negative Declaration, as well as preparation of an EIR and any NEPA documentation required by the FAA. It is not possible to determine the scope or nature of such additional studies at this time.) Responsibilities Consultant: Develop narrative and graphics for Initial Study. Sponsor: Provide Initial Study checklist and format. Review and comment prior to submission. Product: Initial Study, Task 10.5 -Determine Environmental Documentation Description: Based on the Initial Study, the City will determine the appropriate form of CEQA documentation for the proposed Master Plan Update. In the event that the completed Initial Study shows that there is no substantial evidence that the proposed Master Plan Update may have a significant impact on the environment,or that mitigation measures incorporated into the Master Plan or agreed to by the applicant would avoid any significant impacts, the City of Palm Springs may adopt a Negative Declaration or Mitigated Negative Declaration. If the City determines on the basis of the completed hiitial Study that there is substantial evidence the master Plan may have significant environmental effects,or that it is unclear whether the Master Plan would have such effects and there is serious public controversy and/or disagreement among experts concerning potential significant effects, a Notice of Preparation will be distributed indicating that an EIR will be prepared for the project. The Consultant will evaluate the expected environmental consequences of the improvements identified within the short-term development phase, and identify any impacts or potential impacts under each of the 20 impact categories described in FAA Order 5050.4A. Information gathered as part of Tasks 10.1 through 10.3 will be relied upon to deternne the potential for significant impact. If the short-tern projects are considered"categorically excluded"a letter report will be prepared for submission to the FAA describing the basis of the determination. Should there be a potential for significant impact under any of the categories or project(s)included in the short-term development phase not be categorically excluded,consultation will occur with the FAA regarding the preparation of an Environmental Assessment. A-31 Responsibilities: Consultant: Assist the City of Palm Springs in determining and distributing the Initial Study and any Notice of Determination (for Negative Declaration or Mitigated Negative Declaration)or Notice of Preparation(for Environmental Impact Report). Prepare 20 copies of the combined Initial Study and Notice of Determination or Notice of Preparation. Review and consideration of the short-term development projects under FAA Order 5050.4A. Consultation with the FAA regarding the findings of the analysis. Preparation of a letter report, should the projects all be categorically excluded. Sponsor: Decide whether to adopt a Negative Declaration or Mitigated Negative Declaration, or to prepare an Environmental Impact Report. Submission of letter report to the FAA. Product: Twenty(20)copies of the Initial Study and Notice of Determination or Notice of Preparation. Letter report to FAA. Task 10.6 -Additional Environmental Documentation Description: Preparation of a focused FIR or an EA or a combined EIR/EA, as determined under Task 10.5. The EIR document maybe focused to address a limited number of potentially significant impacts, as may have been identified in the Initial Study. The final scope of services and cost for this task will be based on negotiations between the Sponsor and the Consultant. Responsibilities: Consultant: Prepare an EIR and/or EA as appropriate. Sponsor: Negotiate the final scope of services and cost for the preparation of the additional environmental documentation. Product: An Environmental Impact Report and/or Environmental Assessment. Task 10.7 - Special Studies Description: During the course of the preparation of the Initial Study,consideration of the required CEQA or NEPA documentation,or preparation of an EIR or EA(should either prove necessary),the need for special studies may be identified. These may potentially include a biological assessment, air emissions dispersion analysis, aesthetics analysis, socioeconomic (demographics) analysis, and traffic analysis. This section of the Scope is intended to accommodate the preparation of these special studies, should they be required. Prior to initiation of any of these studies, the Consultant will notify both the FAA and the City of Palm Springs, providing justification for work to be performed and a statement of reasonable cost to allow the agencies to evaluate the need for the A-32 special study and its reimbursement eligibility. Subsequent to this determination,the Consultant will obtain the written authorization of the City of Palm Springs prior to proceeding with each study. Responsibilities: Consultant: Identify the need and scope of each special study. Contract with a qualified individual or firm for the preparation of each special study. Coordinate the preparation of the special study. Sponsor: Suggest/recommend qualified individual or firms. Authorize the preparation of each special study. Product: Special studies, as required. A-33 EXHIBIT "B" SPECIAL REQUIREMENTS Section 5.3 Performance Bonds are hereby waived. TITLE VI ASSURANCES A. The Contractor further agrees that: During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations. The Contractor 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 contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the contract, 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 Architect shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitation for Subcontracts, including Procurement of Materials and Equipment. In all solicitations,either by competitive bidding or negotiations made by the Architect for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor'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 Contractor 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 Contractor 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 Contractor's noncompliance with the nondiscrimination revisions of this contract, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Contractor 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 Contractor may request the City to enter into such litigation to protect the interests of the City and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 11 B. Disadvantaged Business Enterprise (DBE) Assurances 1. Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2. DBE/WBE Obligation. The Contractor 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 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, national origin, or sex in the award and performance of DOT-assisted contracts. 12 0 EXHIBIT `C' SCHEDULE OF COMPENSATION Contractor shall be required to submit monthly progress report with billings. The progress report must indicate/summarize all work activities accomplished through the billing period for each element billed. Reports shall also indicate work activities anticipated for the upcoming month. (Using the phrases, i.e. "Work continues on gathering forecast data" is unacceptable -more detail.) Contractor shall be compensated monthly based upon the percentage of work completed in each of the following areas (total contract not to exceed$725,000). B EXHIBIT "C" SCHEDULE OF COMPENSATION Contractor shall be compensated monthly based upon the percentage of work completed in each of the following areas (total contract not to exceed$725,000). 13 PALM SPRINGS INTERNATIONAL AIF&T MASTER PLAN STUDY ESTIMATED COST BREAKDOWN October 3,2000 SUB- TASK/ PRINCIPAL SENIOR PLANNE TECHNICAL CONSULT ELEMENT NO. ELEMENT PD $1,400 PD $985 PD $600 EXPENSE COST TOTAL 1.00 INITIATION 1.01 Refine Work Scope 1 $1,400 1 $985 1 $600 $0 $0 $2,985 1.02 Establish Budget&Schedule 1 $1,400 0 $0 0 $0 $0 $0 $1,400 1.03 Establish Advisory Committee 1 $1,400 0 $0 1 $600 $0 $0 $2,000 1.04 Prepare Study Workbooks 0 $0 1 $985 2 $1,200 $0 $0 $2,185 1.05 Prepare Initiation Brochure 0 $0 1 $985 3 $1,800 $500 $0 $3,285 ELEMENT SUBTOTAL 3 $4,200 3 $2,955 7 $4,200 $500 $0 $11,855 2.00 INVENTORY 2.01 Evaluate Existing Documents 1 $1,400 1 $985 0 $0 $250 $0 $2,635 2.02 Aerial Photos&Mapping 0 $0 1 $985 0 $0 $500 $53,202 $54,637 2.03 Airport Physical Facilities 1 $1,400 2 $1,970 0 $0 $2,500 $0 $5,870 2.04 Pavement Maintenance Eval. 0 $0 0 $0 0 $0 $0 $67,642 $67,642 2.05 Airport Access& Parking 0 $0 1 $985 0 $0 $0 $0 $985 2.06 Airport Financial Data 1 $1,400 1 $985 1 $600 $0 $0 $2,985 2.07 Air Traffic Activity 0 $0 1 $985 0 $0 $0 $0 $985 2.08 Airspace&Air Traffic Control 0 $0 1 $985 0 $0 $0 $0 $985 2.09 Socioeconomic Data 0 $0 1 $985 0 $0 $250 $0 $1,235 2.10 1 Prepare Working Paper 1 0 $0 2 $':2 970 5 $3,000 $500 $0 $5,470 ELEMENT SUBTOTAL 3 $4,260 11 $10,835 6 $3 600 $4,000 $120,844 $143,479 3.00 FORECASTS 3.01 Area Socioeconomic Forecasts 0 $0 1 $985 0 $0 $0 $0 $985 3.02 Commercial Service Forecasts 1 $1,400 4 $3,940 0 $0 $0 $0 $5,340 3.03 General Aviation Forecasts 1 $1,400 3 $2,955 0 $0 $0 $0 $4,355 3.04 Cargo Market Assessments 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 3.05 Access& Parking Forecasts 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 3.06 Prepare Working Paper 1 $1,400 2 $1,970 5 $3,000 $500 $0 $6,870 ELEMENT SUBTOTAL 5 $7,000 14 $13,790 5 $3,000 $500 $0 $24,290 4.00 DEMAND/CAPACITY 4.01 Airfield Capacity 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 4.02 Terminal Gate Capacity 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 4.03 Access& Parking Capacity 0 $0 2 $1,970 0 $0 $0 $0 $1,970 4.04 Prepare Workinq Paper 1 $1,400 3 $2,955 5 $3,000 $500 $0 $7,855 ELEMENT SUBTOTAL 3 $4,200 9 $8 865 5 $3,000 $500 $0 $16,565 5.00 FACILITY REQUIREMENTS 5.01 Airport Physical Planning Criteria 1 $1,400 1 $985 0 $0 $0 $0 $2,385 5.02 Preliminary Airfield Facility Rqmt 0 $0 2 $1,970 0 $0 $0 $0 $1,970 5.03 Preliminary Landside Facil. Rqmt 0 $0 3 $2,955 0 $0 $0 $0 $2,955 5.04 Preliminary Terminal Bldg. Rqmts 0 $0 2 $1,970 0 $0 $0 $0 $1,970 5.05 Preliminary AccessRgmts. 0 $0 2 $1,970 0 $0 $0 $0 $1,970 5.06 Prepare Workinq Paper 1 $1,400 3 $2,955 5 $3,000 $500 $0 $7,855 ELEMENT SUBTOTAL 2 $2,800 13 $12 805 5 $3,000 $500 $0 $19,105 6.00 AIRPORT ALTERNATIVES 6.01 Alternative Development Issues 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 6.02 Potential Airfield Alternatives 1 $1,400 3 $2,955 0 $0 $0 $0 $4,355 6.03 Potential Landside/TerminalAlt. 1 $1,400 3 $2,955 0 $0 $0 $0 $4,355 6.04 Potential Non-aviation Devlop.All 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 6.05 Land Acquisition Requirements 0 $0 2 $1,970 0 $0 $0 $0 $1,970 6.06 Preliminary Master Plan Concept 1 $1,400 2 $1,970 0 $0 $0 $0 $3,370 6.07 Prepare Working Paper 1 $1,400 3 $2,955 5 $3,000 $500 $0 $7.855 ELEMENT SUBTOTAL 1 6 $8 400 1 17 $16 745 5 $3,000 $500 1 $0 $28,645 EXHIBIT (Continued) PALM SPRINGS INTERNATIONAL AIR T MASTER PLAN STUDY ESTIMATED COST BREAKDOWN October 3,2000 SUB- TASK/ PRINCIPAL SENIOR PLANNER TECHNICAL CONSULT ELEMENT NO. ELEMENT PD $1,400 PD $985 PD $600 EXPENSE COST TOTAL 7.00 AIRPORT PLANS 7.01 Airport Layout Plan 1 $1,400 2 $1,970 24 $14,400 $1,000 $0 $18,770 7.02 Approach & RPZ Plan 0 $0 0 $0 6 $3,600 $100 $0 $3,700 7.03 Terminal Area Plan 0 $0 1 $985 3 $1,800 $100 $0 $2,885 7.04 Access& Parking Plan 0 $0 1 $985 3 $1,800 $100 $0 $2,885 7.05 GA Area Plan 0 $0 1 $985 3 $1,800 $100 $0 $2,885 7.06 On-Airport Land Use Plan 0 $0 1 $985 2 $1,200 $100 $0 $2,285 7.07 Airport Property Map 0 $0 I 0 $0 2 $1,200 $100 $0 $1,300 ELEMENT SUBTOTAL 1 $1,400 6 $5,910 43 $25,800 $1,600 $0 $34,710 8.00 FINANCIAL PLAN 8.01 Airport Development Schedule 0 $0 2 $1,970 0 $0 $0 $0 $1,970 8.02 Airport Develop. Cost Estimates 0 $0 2 $1,970 0 $0 $0 $0 $1,970 8.03 Airport Operational Cost Est. 1 $1,400 4 $3,940 0 $0 $0 $0 $5,340 8.04 Airport Revenue Estimates 1 $1,400 4 $3,940 0 $0 $0 $0 $5,340 8.05 CIP Program 2 $2,800 5 $4,925 0 $0 $0 $0 $7,725 8.06 Economic Benefit Analysis 1 $1,400 1 $985 0 $0 $0 $15,300 $17,685 8.07 Prepare Workin Paper 1 $1,400 3 $2955 5 $3,000 $500 $0 $7,855 ELEMENT SUBTOTAL 6 $8,400 21 $20,685 5 $3,000 $500 $15,300 $47,885 9.00 PUBLIC COORDINATION/FINAL 9.01 PAC Meetings 6 $8,400 6 $5,910 11 $6,600 $8,000 $0 $28,910 9.02 Coordination Meetings 8 $11,200 8 $7,880 3 $1,800 $7,300 $0 $28,180 9.03 Public Workshops 4 $5,600 4 $3,940 4 $2,400 $5,000 $0 $16,940 9.04 Final Master Plan Report 1 $1,400 5 $4,925 8 $4,800 $3,145 $0 $14,270 9.05 Executive Summary Report 1 $1,400 2 $1,970 3 $1,800 $3,000 $0 $8,170 9.06 Economic Benefit Executive Sum 1 $1,400 2 $1,970 3 $1,800 $2,500 $0 $7,670 9.07 Obtain Master Plan Approval 1 $1,400 2 $1,970 1 $600 $1,500 $0 $5,470 ELEMENT SUBTOTAL 1 22 $30,800 29 $28,565 1 33 $19,800 $30,445 1 $0 1 $109,610 10.00 ENVIRONMENTAL DOCUMENT 10.01 Inventory 0 $0 2 $1,970 3 $1,800 $250 $0 $4,020 10.02 Operational Issues 1 $1,400 17 $16,745 5 $3,000 $500 $0 $21,645 10.03 Review of NCP 0 $0 3 $2,955 1 $600 $0 $0 $3,555 10.04 Initial Study 1 $1,400 8 $7,880 5 $3,000 $1,760 $0 $14,040 10.05 Determine Environmental Doc. 2 .$2,800 4 $3,940 0 $0 $0 $0 $6,740 10.06 Additional Environmental Docum. N/A N/A N/A N/A N/A N/A N/A N/A $175,000 10.07 Special Studies N/A N/A N/A N/A N/A N/A N/A N/A $63,856 ELEMENT SUBTOTAL 1 4 $5,600 1 34 $33,490 1 T4177$8,400 $2,510 $0 1 $288,856 MASTER PLAN TOTAL 1 55 $77,000 1 157 $154,645 1 128 $76,800 1 $41,555 1 $136,144 1 $725,000 Task 10.06 and 10.07 are budget estimates. EXHIBIT D PROJECT SCHEDULE FOR PALM SPRINGS INTERNATIONAL AIRPORT MASTER PLAN STUDY AND ENVIRONMENTAL DOCUMENTATION 20 ot Initiation Inventory_ r Pavement Maintenance Program Forecasts Demand/CapacityT - 377 Facility Re uirements Air ort Alternatives Airport Plans Financial Plans r - - i Final M.P. Documentation _,. Environmental Documentation' _ ♦ :.. . T, PAC Meetings Public Information Workshops ■ ■ ■ ■ _ rLe "end ♦ Plannin Adviso Committee Meetin ■ Public Information Workshop 'If additional environmental documentation is required per Task 10.6, the project schedule will be adjusted accordingly. 10/05/00 17:07 %Y913 451 3183 BROOICE-AMERICAN -44 Palm Springs Cit Q 001/001 ACORD� Cr;RTI�I:CA Q1= LIABILNTY IN$URANCE '�SR s� ' OATE(MM,DPyY) . PRODUCER •• #ol,"k'M 5„':; 10/Os/oo CL Branch - BROOXE INSTIRAN'CE & THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE FINANCIAL SERVICES HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 BOX 412008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Kansas City MO 64141-2o08 COMPANIES AFFORDING COVERAGE Angela S. Holmes, CID, CISR COMPANY ..No. 9 3-661-0123 F.n Nu. 913-451-3183 A THE TRAVELERS �,..w:.;.•-,.,,� INSLIAEP COMPANY COMPANY `J O COFFMAN ASSOCIATES, INC C 237 NW Slue Parkway, Suite 100 COMPANY C � � Lee's Summit MO 64063 D •, THIS IS 70 CERTIFY THAT THE POLICIES OF INBURANCE LISTED BELOW HAVE BEEN ISSUED TD THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RES CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POL PECT TO WHICH THIS ICIES DESCRIBED HEREIN IS SUBJECT ES ALL THE HIGH EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MMIDUNY) DATE(MM/DDNYI LIMITS GENCHAL LIABILITY `� GENERAL AGGREGATE 42000000 A $ COMMERCIAL GENER�AL LIABILITY 680247H52�3 Q5�Q7,/0o OS�01�O1 PROOVC76-00MP/Gp qGG a2000 Q00 CLAIMS CLAIM$MADE OCCUR 1 PERSONAL 6 ADV INJURY 6 R,000000 OWNER'S 6 CONTRACTCE'S PROT 1, n EACH OCCURRENCE p10 QQQQO FIRE DAMAGE(Any no fire) $ 300000 MED EXP[Any one person) a 50 O O AUTOMOBILE LIABILITY A X ANY AUY0 680247HS223 05/01/00 05/01/01 COMBINED SINULE LIMIT a 1000000 ALL OWNED AUTOS BODILY INJURY a SCHEDULED AUTOS (Per p mopI X HIRED AUTOS BODILY INJURY a X NON-OWNED AUTOB (Per acclBenU PROPERTY DAMAGE a GARAGE UARILITY AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN AUTO DNLY: � EACH ACCIDENT 1 d AGGREGATE i E%DENS"ABILITY EACH OCCURRENCE a 1000000 A $ UMBRELLAFORM 680247HS223 05/01/01) 05/01/01 AGGREGATE F 1000000 OTHER THAN UMOHELLA FORM a WORKERS COMPENSATIDN AND TORT AT TS TH EMPLOYERS'LIABILITY EL EACH ACCIDENT a500000 A THE PROPRIETOR/ INCL 680247H5223 05/01�00 0j�01/01 ELOIBEASE-POLICY LIMIT 7500000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE,EA EMPLOYEE a500000 OTHER DESCRIPTION OF OPEHATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS , FAA REGIILATION COMPLIANCE CERTIFICATE HOLDER IS AN ADDITIONAL INSIORED AS THEIR INTERESTS MAY APPEAR AS REGARDS WORN, PERFORMED AT PALM SPRINGS INTERNATIONAL AIRPORT FAX: 760-322-8232 fGERTIFICATE,H,ULDER '" " • �,CANCEWATIbN PALMS-2 SHOULD ANY OF THE ABOVE DESCAIRED POLICIES BE CANCELLED BEFORE THE CITY OF PALM SPRINGS, EXPIRATION DATE THEREOF,THE ISSUINV COMPANY WILL CALIFGWYYO MAIL ATTNz IIAM 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED 7D THE LEFT, ATTN= P27 STARK PO 80X 2743we-mft AL u PALM SPRINGS CA 92263-2743 AUTHORIZED REPRESENTATIVE Bela S. H Angela y, :: Rj?''CORPORATIbN 1988 I