Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
02547 - ISBELL ASSOCIATES AIRPORT RUNWAY ENGINEERING
Supplemental #14 Isbill Associates Inc. Airpt Term Expan Runway AGREEMENT #2547 M05146, 3-3-93 SUPPLEMENTAL AGREEMENT NO. 14 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the item listed below. Aerial Photogrammetric Surveys And Mapping For Final Airport Runway Surveys and NAD83 Latitude/Longitude Update. The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Not Applicable to This Supplemental Agreement PART B-SPECIAL SERVICES(SOIL:;AND PAVEMENT INVESTIGATION/TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable to this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS A lump sum not to exceed $58,678.00 3. FIELD ENGINEERING Not Applicable to this Supplemental Agreement Iof3 0 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by the Consultant less ten percent. The final ten percent of the fee shall be d,ue and payable when the project final inspection and the construction report have been completed,and when reproducible "Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. 2 of 3 IN WITNESS WHEREOF, the parties hereto have affixed their signatures this w i� day of 'L!V` 1993. ATTEST ITY OF PALM SPRI S, ALIFORNIA BY. City Clerk City Manager REVIEWED & APPROVED ISBILL ATSSA By ES, INC. J r // 1 "� President C State of - � 6CG a(? On this the day of Lb1993, before me, County ofa8ay)� me, .IN& t-, S�,sat u 1P the undersigned Notary Public, personally appeared \ ('- .C [� 1 XK personally known to me proved to me on the basis of satisfactory evidence to be the pegspn(s) who executed the within instruments as 1 -t Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature l 3of3 Isbill Associates, Inc. Suppl Agr. No 13 Airport Engineering Serv. AGREEMENT #2547 SUPPLEMENTAL AGREEMENT NO. 13 M05128, 1-20-93 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm. Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement items listed below. The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Item No. 16: Refurbish Electrical Vault Item No. 17: Revised Relocation for VASI Control Panel Item No. 18: Crushed Aggregate for Shoulder and Slope Stabilization Item No. 19: Overlay Air Carrier Ramp at Gate #5 Item No. 20: Install Electrical Duct Bank at South Apron Area Item No. 21: Perimeter Road Grading and Paving Item No. 22: 75KVA - 480V Electrical Substation Item No. 23: Fencing and Gates for Security System Item No. 24: Perimeter Road Paving South of Million Air Item No. 25: Asphalt Saw Cutting on Air Carrier Apron Item No. 26: Concrete Slab at Air Carrier Gate #4 For a lump sum fee of $27,142 Method of payment shall be as follows: Monthly payments based upon the percentage of work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment with ten (10) percent retained from each payment. The remaining ten percent of the fee (Part A) shall be paid upon issuance of a Notice to Proceed for construction of those work items listed in Article I. Iof4 If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B-SPECIAL SERVICES(SOILS AND PAVEMENT INVESTIGATION/TOPOGRAPHIC SURVEYS/FIELD ENGINEERING'1 The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable to this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Not Applicable to this Supplemental Agreement 3. FIELD ENGINEERING Article I: Item No. 16: Refurbish Electrical Vault Item No. 17: Revised Relocation for VASI Control Panel Item No. 18: Crushed Aggregate for Shoulder and Slope Stabilization Item No. 19: Overlay Air Carrier Ramp at Gate #5 Item No. 20: Install Electrical Duct Bank at South Apron Area Item No. 21: Perimeter Road Grading and Paving Item No. 22: 75KVA - 480V Electrical Substation Item No. 23: Fencing and Gates for Security System Item No. 24: Perimeter Road Paving South of Million Air Item No. 25: Asphalt Saw Cutting on Air Carrier Apron Item No. 26: Concrete Slab at Air Carrier Gate #4 For a maximum fee not to exceed $44,242 2of4 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by the Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed,and when reproducible"Record"drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of nineity days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. 3of4 All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of 1993. ATTEST C I F PALM SPRIN LIFORNIA B , 1 3 _ City Clerk City Manager REVIEWED & APPROVED ISBILL A O r �T S ANC. B `✓������r✓y9fp Y ///I President State olt a4 -`t6) On this the L�Zlay o 41XA93, before me, County of v7 me, a�° / �� �• Oo the under gned Notary Public, personally appeared • C ,,Notary J- personally known to me proved to me on the basis of satisfactory evidence to be the perso�iLsl who executed the within instruments as t - I P h Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed r iaiYrP,`s' .'S. 6�i� a._� � ��1,( WITNESS my hand and official seal. Notary's Sig ature 4of4 Supplemental #12 Isbill Associates, Inc. Airpt Term Expan Runway AGREEMENT #2547 SUPPLEMENTAL AGREEMENT NO. 12 M04984, 4-1-92 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement items listed below. The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. 12a, "Construction modifications to entire airfield signing system associated with the New Parallel Runway 12L/30R" for a lump sum fee of $51,000.00. Item No. 14, "Extend Water Main Loop Around Expanded Terminal Building" for a lump sum fee of $5,200.00. Item No. 15, "Rehabilitate Baggage Makeup/Commuter Aircraft Apron and Extend Electrical Ducts for Part 107 Security System" for a lump sum fee of $16,000.00. Method of payment shall be as follows: Monthly payments based upon the percentage of work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment with ten (10) percent retained from each payment. The remaining ten percent of the fee (Part A) shall be paid upon issuance of a Notice to Proceed for construction of those work items listed in Article I. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Article I: Item No. 12 N/A Item No. 14 N/A Item No. 15 $2,000.00 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article I: Item No. 12 N/A Item No. 14 $1,300.00 Item No. 15 $4,000.00 3. FIELD ENGINEERING Article I: Item No. 12 N/A Item No. 14 $6,500.00 Item No. 15 $20,000.00 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked,multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Company car usage will be billed at the rate of $39.00 per day and $0.28 per mile; personal car usage will be billed at the rate of $25.00 per day and $0.28 per mile. Auto rental and out-of-town expenses will be bil➢ed at actual costs. Per diem expenses shall not exceed $200.00. Out-of-town meals will be billed at $26.00 per day; or $6.00 for breakfast, $8.00 for lunch and$12.00 for dinner. Soils and pavement investigations,topographic surveys,and other engineering support will be billed at actual costs. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed,and when reproducible"Record"drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. 0 Y All other terms and conditions of the original contract shall remain in effect. p IN WITNESS WHEREOF, the parties hereto have affixed their signatures this�/7""� day of 1992. ATTEST: CITY OF SPRIN CLIFORNIA By c c\—J_ (__Oty Clerk rty ana r REVIEWED & APPROVED /✓ ISBILL A S, By %)�Kv President State of 1,f1 �' � � On this the ay of f'�i2 �1992, before County of _ r;,. � � me, the undersigne Notary Public, personally appeared _ C , S f> i e, 'personally known to me proved to me on the basis of satisfactory - evidence to be the person(s) who executed the within instruments as ' �s' ! `rt' Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature o�rS APPROVED t v� Isbill Associates Inc. Supplemental No. 11 Engineering Services AGREEMENT #2547 SUPPLEMENTAL AGREEMENT NO. 11 h104833, 9-4-91 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement item included in said contract described as Item No. 12, "Construct New Parallel Runway 12L/30R." The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. 12, "Construct New Parallel Runway 12L/30R" for a lump sum fee of $42,000.00. Method of payment shall be as follows: Monthly payments based upon the percentage of work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment with ten (10) percent retained from each payment. The remaining ten percent of the fee (Part A) shall be paid upon issuance of a Notice to Proceed for construction of those work items listed in Article 1. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications, Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. 1 � • 1 PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable to this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Not Applicable to this (Supplemental Agreement 3. FIELD ENGINEERING Article I: Item No. 12, 5286,000.00 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible"Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The: "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. IN WITJNESS WHEREOF, the parties hereto have affixed their signatures this _day of 1991. ATT CI Y OF L S S, CALIFORNIA ` c By �s City Clerk City M nager REVIEWED & APPROVED ISBILL tLr By President State of � �'k���� On this they qay of 1991, before County of _f l 'Q-nl o me, '1—w r )-; 02 '-- the undersigned Notary Public, personally appeared hA - G CS c3 personally known known to me proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instruments asp-,( s i a(c Nk Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. y Notary's Signature / 17 51S� APPRC.)VFP Pry THP MY Y C-0-U OL 0 112110 A��y7 IppIsbil Associates, Inc. V�upplemental Agr No. 10 Airport Parallel Runway AGREEMENT 2547 MO 4522, 7-31-91 SUPPLEMENTAL AGREEMENT NO. TO ENGINEERING SERVICES CONTRACT NO 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with an additional improvement item to be included in said contract described as Item No. 13, "Runway 12/30 Keel Section Repair." The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. 13, "Runway 12/30 Keel Section Repair" for a lump sum fee of $ 9,520.00. Method of payment shall be as follows: Monthly payments based upon the percentage of work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment with ten (10) percent retained from each payment. The remaining ten percent of the fee (Part A) shall be paid upon issuance of a Notice to Proceed for construction of those work items listed in Article I. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications, Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. 0 0 PART B - _ SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article 1: Item No. 13, $6,050.00 3. FIELD ENGINEERING Article 1: Item No. 13, $13,159.00 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under ]PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. PART C - GENERAL CONSULTING SERVICES The Consultant shall be reimbursed on the basis of Time and Materials, i.e. the number of hours worked, multiplied by the Consultant's standard hourly rates for each applicable employee classification plus direct non-hourly expanses as shown below. HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Other subcontracted support services will be billed at actual cost plus ten percent. 5a. The maximum estimated GENERAL CONSULTING SERVICES is$50,000. Any amount over the estimated maximum will be negotiated and agreed on between the Sponsor and the Consultant in writing prior to beginning actual work. 5b. Support services will include a Hazardous Material Survey of the airport. The estimated maximum for the HAZARDOUS MATERIAL SURVEY is $100,000. Method of Payment shall be as follows: For services rendered under PART C - GENERAL CONSULTING SERVICES, the Sponsor agrees to make monthly payments based upon the specific work performed by the Consultant. For General Consulting projects in excess of $5,000.00,Consultant shall submit a written estimate of costs prior to commencement of work. All other terms and conditions of the original contract shall remain in effect. / IN WITNESS WHEREOF, the parties hereto have aff' signatures this _ day of 1991. ATTEST: CITY F L S R S, FORNIA By ity Clerk City Manag r REVIEWED & APPROVED �N e ISBILL ASSO/ I S, By � President State of d -� On this they ,a day of U 1991, befgre County of me, ::�']� u% the undersigned Notary Public, personally appeared la_ C, T S J 16 personally known to me proved to me on the basis of satisfactory ,� w evidence to be the person(s}Ywho executed 6�Pr'F �"'0 '- f� ��i tl a., >` ""'a �'`v "� the within instrumentO-� f VC-S; -4 Title 121D or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. '7// 7/ WITNESS my hand and official seal. Nona y s Signature 1.�Gm�LLs� Isbill Associates Inc. Supplement Agr No. 9 Expand & Rehab Carrier Apron AGREEMENT #2547 MO 4716, 2-20-91 SUPPLEMENTAL AGREEMENT NO. 9 --- — - TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for additional engineering services associated with the improvement item included in said contract described as Item no. 11, "Expand and Rehabilitate Air Carrier Apron". The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. 11d, "Rehabilitate Air Carrier Ramp" for a lump sum fee of $51,800.00. Method of payment shall be as follows: Monthly payments based upon the percentage of work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment with ten (10) percent retained from each payment. The remaining ten percent of the fee (Part A) shall be paid upon issuance of a Notice to Proceed for construction of those work items listed in Article I. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B - SPECIAL SERVICE'.; (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD (ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article I: Item No. I Id, $12,500.00 3. FIELD ENGINEERING Article 1: Item No. I Id, $64,700.00 Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Pllotter . . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Per diem expenses shall not exceed $200.00. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. IN WITIYE//SS WHEREOF, the parties hereto have affixed their signatures this day of -":�, -- 1991. ATTEST: CITY F M S RI S, C IFFORNIA By �. ity Clerk ity Manage REVIEWED & APPROVED / 7 ISBILL ASSO �, y President State of (20 ° a On this the day of�k&'`'1991, before County of 25 me,-�fw q l�, VZTSoo n (E- the undersigned Notary Public, personally appeared 4, C � =53 ( Ll- �personally known to me _ proved to me on the basis of satisfactory _ evidence to be the person(s) who executed the within instruments Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature ^ 6 n Isbill Associates Inc. Supplement #8 AGREEMENT #2547 MO 4661, 10-17-90 SUPPLEMENTAL AGREEMENT NO. 8TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for additional engineering services associated with the improvement item included in said contract described as Item no. 11,"Expand and Rehabilitate Air Carrier Apron". Improvement item numbers 12, 13, and 14 are added by this Supplemental Agreement and are described below. The Sponsor agrees to pay the: Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. I Ic, "Expand Air Carrier Ramp South of Taxiway "W-2" for a lump sum fee of $30,500.00. Item No. 12, "Extend Fire Main Around North and South Ends of the Existing Terminal Building" for a lump sum fee of $6,900.00. Item No. 13, "Extend Sewer Main From the New Terminal Building to Ramon Road" for a lump sum fee of $10,200.00. Item No. 14, "Relocate Airport Rotating Beacon" for a lump sum fee of $4,000.00. Method of payment shall be as follows: Interim payments up to ninety percent based on work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment. The remaining ten percent of the fee (Part A) shall be paid at the time construction is completed for those work items actually constructed as listed in Article I. However, at Consultant's option, he may request that Sponsor accept (in lieu of the ten percent retainage) Consultant's deposits in escrow under the following conditions: 0 a. Consultant shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Sponsor. b. Consultant shall deposit to and maintain in such escrow only those securities as are acceptable to Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. Consultant shall enter into an escrow agreement satisfactory to Sponsor. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Not Applicable this Supplemental Agreement 3. FIELD ENGINEERING Article I: Item Nos. 1 Ic, "Expand Air Carrier Ramp South of Taxiway "W-2" for an amount of $38,000.00. Item No. 12, "Extend Fire Main Around North and South ends of the existing Terminal Building" for an amount of $8,700.00. Item No. 13, "Extend Sewer Main From the New Terminal Building to Ramon Road" for an amount of $12,800.00. Item No. 14, "Relocate Airport Rotating Beacon" for an amount of $1,000.00. Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked,multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed,and when reproducible"Record"drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of rI- 1990. ATTEST: CITY OF PALM SPRINGS: CALIFORNIA Y �,_/ City Clerk C- , ���, City Manager REVIEWED & APPROVED ISBILL O T-, , INP , y -� By President State of On this the 9t�day of(D (! 1990_before County of me�=u)-F7 ° ) L ' the undersig�gqed Notar Public, personally appeared P -G.Z Is) LC impersonally known to me _ proved to me on the basis of satisfactory evidence to be the person"- o executed the within instruments / �c Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature Fri Lo11 - aJ -qo • Isbill Associates Inc. Supplement 7 AGREEMENT #2547 MO 4594, 7/11/90 SUPPLEMENTAL AGREEMENT NO. 7 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs, California, hereinafter called the "Sponsor," and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for additional engineering services associated with the improvement item included in said contract described as Item No. 11, "Expand and Rehabilitate Air Carrier Apron," The Sponsor agrees to pay the Consultant for the services listed under Article 11 of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. llb, "Increase Air Carrier Ramp Improvement Area" for a lump sum fee of $29,000, Method of payment shall be as follows: Interim payments up to ninety percent, based on work performed by the Consultant and detailed in a report submitted) to the Sponsor with the request for payment. The remaining ten percent of the fee (Part A) shall be paid at the time construction is completed for those work items actually constructed, as listed in Article I. However, at the Consultant's option, he may request that the Sponsor accept (in lieu of the ten percent retainage) the Consultant's deposits in escrow, under the following conditions: IN 0 s a. Consultant shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Sponsor. b. Consultant shall deposit to and maintain in such escrow only those securities as are acceptable to the Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. Consultant shall enter into an escrow agreement satisfactory to Sponsor. If work is abandoned or terminated after obtaining approval by the Sponsor and the FAA of the final construction plans and specifications, the Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV-2 of the original contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ /TOPOGRAPHIC SURVEYS/ FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Not Applicable this Supplemental Agreement 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Not Applicable this Supplemental Agreement 3. FIELD ENGINEERING Article I: Item No. 11b, "Increase Air Carrier Ramp Improvement Area" - for a lump sum fee of $10,000. Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification, plus direct non-hourly expenses, as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor 31.90/hr. AutoCAD Work Station and Plotter 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs, plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments, based upon the work performed by Consultant, less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of CL_ 1990. ATTES CITY OF PALM SPRINGS, CALIFORNIA By L / City Clerk �City Manager REVIEWED & APPROVED _k / ISBILL S wT.E .IN By � �- President State of s��s Lc �91 On this the-06 l'Fday of 1990, County of before me, ?—cu-1 1 the undersigned Notary ublic, personally appeared 4 C-) Z�,eD/ LL- APPROVED BY THE CITY COUNCIL — personally known to me proved to me on the basis of satisfactory BY R� NO. L/5��/, //�D evidence to be the person( who executed t a c,, /��V ✓ds�� the within instruments 20 ' Title le i or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. =_ WITNESS my hand and official seal. Notary's Signatltire Isbill Associates Engr. Services - Airport Amend 6 (Fees) - A2547 M04515. 2-7-90 SUPPLEMENTAL AGREEMENT NO. 6 TO ENGINEERING SERVICES CONTRACT NO 2547 The City of Palm Springs,California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement item included in said contract described as Item no. 11, "Expand and Rehabilitate Air Carrier Apron" and an additional Item No. Ila "Install Drainage from Public and Employee Parking Lot to Open Ditch South of Taxiway 'W-1"'. The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item No. 11, "Expand and Rehabilitate Air Carrier Apron"- A lump sum fee of $175,000. Item No. IIa, "Install Drainage from Public and Employee Parking Lot to Open Ditch South of Taxiway 'W-1"' - A lump sum fee of $12,500. Method of payment shall be as follows: Interim payments up to ninety percent based on work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment. The remaining ten percent of the fee (Part A) shall be paid at the time construction is completed for those work items actually constructed as listed in Article I. However, at Consultant's option, he may request that Sponsor accept (in lieu of the ten percent retainage) Consultant's deposits in escrow under the following conditions: a. Consultant shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Sponsor. b. Consultant shall deposit to and maintain in such escrow only those securities as are acceptable to Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. Consultant shall enter into an escrow agreement satisfactory to Sponsor. 0 0 If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Article I: Item Nos. 11 and I la, $7,500 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article I: Item Nos. 11 and IIa, $25,000 3. FIELD ENGINEERING Article I: Item Nos. 11 and I la, $205,000. Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85.00/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 52.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 38.75/hr. Draftsman/CADD Operator . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.90/hr. AutoCAD Work Station and Plotter . . . . . . . . . . . . . . . . . . . . . . 25.00/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible"Record"drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. iL IN WITN� SS WHEREOF, the parties hereto have affixed their signatures this day of �7: 1990. ATTES� CITY OF PALM SPRINGS, CALIFORNIA By City Clerk /, _,,City Manager REVIEWED & APPROVED �— ISBILL ASAS;`IN�C . OVEu f3`,' HE a,;��'`�€ By President State of On this thelC day of L 90, before County of me, �c9 the undersigned, Notary Pudic, personally Tap eared .. 7 � / c �- personally known to me proved to me on the basis of satisfactory evidence to be the person(s) w xecute�i the within instruments �e��G Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. J Notary's Sign ture 0 SUPPLEMENTAL AGREEMENT NO. 5 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs, California, hereinafter call "Sponsor," and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Agreement No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for specific services in conjunction with the Terminal Loop Road Project, Airport Improvement Project 3-06-0181-08. A single line of Agreement No. 2547, under Article VI, Part V, "Field Engineering," is hereby amended, as follows: "For Items I through 4 $168,500.00" This Amendment represents a total increase of $35,000.00 over fees approved under Supplemental Agreement No. 3. It is understood this increase relates to engineering fees incurred due to the extended construction period. All other items and conditions of Agreement No. 2547 shall remain in full force and effect. IN WITNESS WHEREOF, the parties have affixed their signatures this day of_ o r 1989. A7TEST.-.--- CITY OF PALM SPRINGS, CALIFORNIA By: � � ✓ City Clerk City Manager' REVIEWED & APPROVED _ — ISBILL ASSOCIATES, INS. r° �M1"e!f�. L�;i� 0': ..•�16fJ(: ,,�•"�'�'°�o("1�Y���i�a��Ob.. / �i J /l 0. d y)R J i y . State of !9' ��� d� On Yhis e day off G� 1989 before County of t � J rne, 110 G/ the unde signe d Notary Public, personally appeared l J`I G personally known to me proved to me on the basis of satisfactory evidence to be the person(s) who cxecutedAhe_ within instrument as Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. of ry',5 S,lgnature n , SUPPLEMENTAL AGREEMENT NO. 4 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs, California,hereinafter called"Sponsor,"and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement item included in said contract described as "Construct New Parallel Runway 12L/30R and Taxiway Complex" and an update of the existing "Airport Drainage Study" described in the Airport Master Plan Update dated February 1988. The Sponsor agrees to pay the: Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: "Construct New Parallel Runway 12L/30R and Taxiway Complex" - A lump sum fee of $170,000 "Airport Drainage Study Update" - A lump sum fee of $30,000 It is agreed that the fee for Basic Services for the "Construct New Parallel Runway 12L/30R" item may be amended to include additional fees up to 6.5 percent of the estimated construction cost. Method of payment shall be as follows: Interim payments up to ninety percent based on work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment. The remaining ten percent of the fee (Part A) shall be paid at the time construction is completed for those work items actually constructed as listed in Article 1. However, at Consultant's option, he may request that Sponsor accept (in lieu of the ten percent retainage) Consultant's deposits in escrow under the following conditions: a. Consultant shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Sponsor. b. Consultant shall deposit to and maintain in such escrow only those securities as are acceptable to Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. Consultant shall enter into an escrow agreement satisfactory to Sponsor. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications,Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Article 1: $15,000. 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article I: $50,000. Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.70/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 70.15/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 49.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 35.65/hr. Draftsman . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.60/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "Record" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The 'Record" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. PART C - GENERAL CONSULTING SERVICES The Consultant shall be reimbursed on the basis of Time and Materials, i.e. the number of hours worked, multiplied by the Consultant's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below. HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.70/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 70.15/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 49.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 35.65/hr. Draftsman . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.60/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Other subcontracted support services will be billed at actual cost plus ten percent. The maximum estimated GENERAL CONSULTING SERVICES is$50,000. Any amount over the estimated maximum will be negotiated and agreed on between the Sponsor and the Consultant in writing prior to beginning actual work. Method of Payment shall be as follows: For services rendered under PART C - GENERAL CONSULTING SERVICES, the Sponsor agrees to make monthly payments based upon the work performed by the Consultant. All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of"� �1 r 1989. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA �l City Clerk • °- City Manager REVIEWED & APPROVED 1\� ISBILL ASSO JI4�T S, LNe:% A 11":OV "D D Y F a£: C1 i�f tu't7UV`KIL ° .` e,.-,' ,•': a ';,r .. BY RVo. NO. /�f 9 7/JJ/S President /WU State of On this the,'day of \Cki�. 198g1, before County of 4l Cry Q/ me, ll aw/1 the undersigned Notary Public, personally appeared is. L . rS�IGL personally known to me _ proved to me on the basis of satisfactory evidence to be the person(s) who execute the within instrumentv� + des„_ Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. 0 Isbill Associates Inc SUPPLEMENTAL AGREEMENT NO.• Suppl #3 AGREEMENT #2547 TO ENGINEERING SERVICES CONTRACT NO. 2547 MO 4284, 11-16-88 The City of Palm Springs, California, hereinafter called "Sponsor,, ana - Associates, Inc., hereinafter called "Consultant," hereby agree to amend Agreement No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for specific services in conjunction with the Loop Road Project, Airport Improvement Project 3-06-0181-08. A single line of Agreement No. 2547, under Article VI, Part V, "Field Engineering," is hereby amended, as follows: "For Items 1 through 4 $133,500.00" All other items and conditions of Agreement No. 2547 shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of J h ✓ 1988. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By /— C Lt!' �1Z, City'Clerk ,--,, �City Manager REVIEWED & APPROVED ISBILL ASSO A S,� wtor, ar.r, By ISBILL/AGR2 State of 1-t � On this the 8/�ay of 6&�-1989 before County of 4er��-.�-a� me, / t0y (a --eoaw6— the undersigned Notary Public, personally appeared l� G ZS ld 0 Z- t_ X personally known to me _ proved to me on the basis of satisfactory evidence to be the perssn(s) who executed the within instrument as 11 f 'Es I -D z 1 Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature Isbill Associates Engineering Services - Airpor SUPPLE #2 - A2547 M04262, 10-5-88 SUPPLEMENTAL AGREEMENT NO. 2 _ TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs, California, hereinafter called "Sponsor," and Isbill Associates, Inc., hereinafter called "Consultant," hereby agree to amend Contract No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc., for improvements to the Palm Springs Regional Airport. This Supplemental Agreement includes fees for engineering services associated with the improvement item included in the F.A.R. Part 150 Noise Compatibility Study dated July 1987 and further described as "Construct Noise Barrier Adjacent to Taxiway "W- 8". The Sponsor agrees to pay the Consultant for the services listed under Article II of the original contract in the following manner: PART A - BASIC SERVICES Article I: Item 1. A lump sum fee of $24,000 Method of payment shall be as follows: Interim payments up to ninety percent based on work performed by Consultant and detailed in a report submitted to Sponsor with the request for payment. The remaining ten percent of the fee (Part A) shall be paid at the time construction is completed for those work items actually constructed as listed in Article I. However, at Consultant's option, he may request that Sponsor accept (in lieu of the ten percent retainage) Consultant's deposits in escrow under the following conditions: a. Consultant shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Sponsor. b. Consultant shall deposit to and maintain in such escrow only those securities as are acceptable to Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. Consultant shall enter into an escrow agreement satisfactory to Sponsor. If work is abandoned or terminated after obtaining approval by Sponsor and the FAA of the final construction plans and specifications, Sponsor shall reimburse up to ninety percent of the total lump sum, as listed under Part A, in accordance with Article IV - 2 of the original contract. PART B- SPECIAL SERVICES(SOILS AND PAVEMENT INVESTIGATIONS/TOPOGRAPHIC SURVEYS/FIELD ENGINEERING'S The maximum estimated SPECIAL SERVICES engineering is as follows: 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Article I: Item 1. $1,500. 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Article I: Item 1. $1,000. 3. FIELD ENGINEERING Article I: Item 1. $26,000. Consultant shall be reimbursed on the basis of Time and Materials, i.e., the number of hours worked, multiplied by the Engineer's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below: HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.70/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 70.15/hr. Engineer/Planner/Construction Coordinator . . . . . . . . . . . . . . . . 49.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 35.65/hr. Draftsman . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31.60/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile, and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Materials testing, surveying costs, and additional field engineering support will be billed at actual costs plus ten percent. Method of payment shall be as follows: r For services rendered under PART B - SPECIAL SERVICES, Sponsor agrees to make monthly payments based upon the work performed by Consultant less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have: been completed, and when reproducible "As Built" drawings have been submitted to Sponsor, and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at Consultant's option, shall follow the same procedures as PART A - BASIC SERVICES. The "As Built" drawings and construction report shall be submitted within a period of ninety days (90) from end of construction period. This Supplemental Agreement shall be considered concurrent with completion of audit. All other terms and conditions of the original contract shall remain in effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this 6' day of �IASt ATTEST: \ CITY OF PALM SPRINGS, CALIFORNIA By City Clerk � City Manager REVIEWED & APPROVED -n-M CIT°f COUNCIL ISBILL ASSOCIAT 6Y,R S. ICJ. By State of On this the _day of 198_, before County of me, the undersigned Notary Public, personally appeared _ personally known to me proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instruments Title or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. SUPPLEMENTAL AGREEMENT NO. 1 TO ENGINEERING SERVICES CONTRACT NO. 2547 The City of Palm Springs, California, hereinafter called "Sponsor," and Isbill Associates , Inc. , hereinafter called "Consultant," hereby agree to amend Agreement No. 2547, dated March 2, 1988, between the City of Palm Springs, California, and Isbill Associates, Inc. , for specific services in conjunction with the Loop Road Project, Airport Improvement Project 3-06-0181-08. A single line of Agreement No. 2547, under Article VI , Part B, "Field Engineering," is hereby amended, as follows: "For Items 1 through 4 $113,500.00" All other items and conditions of Agreement No. 2547 shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this 15th day of June , 1988. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA BY City Clerk -. .-City Manager REVIEWED & APPROVED _ ISBILL ASSOC` A E"5 A^. I}1 r PP?ZED Baia Y�s i �V ` Ct T�f' �''r By President ISBILL/AGR2 * State of P2—� QN On this the day of 1989-, before * County of me, yd➢G Ito 0 A cz- * the undersigned Notary Public, personally * * * appeared . �- 4 S ,C306e- * ! personally known to me _ proved to me on the basis of satisfactory * - evidence to be the persons) who executed the * - within instrument as eD&ctl— * - Title ' or, on behalf of the corporation therein named * and acknowledged to me that the corporation Isbill Associates Inc. Airport Engineering IAI No. AGREEMENT #2547 MO 4132, 3-2-88 CONTRACT The City of Palm Springs, California, hereinafter called the "Sponsor," agrees to retain, effective when the contract is executed, the firm of Isbill Associates, Inc., hereinafter called the "Engineer," to perform the scope of engineering services as outlined below, hereinafter called "Project" at Palm Springs Regional Airport, Palm Springs, California. This Contract supercedes Amendment No. 4 to Engineering Services contract No. 2128. I. The scope of work contemplated under this agreement is for engineering services for improvements to Palm Springs Regional Airport. Said improvements will include, but are not limited to, the following items: 1. Construct New Terminal Loop, Rental Car and Service Vehicle Access Roads 2. Expand Public Automobile Parking Lot 3. Expand Employee Parking Lot 4. Expand Rental Car Lot 5. Construct Air Carrier Aircraft Holding and Overnight Parking Apron 6. Construct East General Aviation Parallel Taxiway 7. Construct North Security Fence 8. Extend East General Aviation Taxilanes 9. Construct East General Aviation Access Road 10. Expand General Aviation Tiedowns 11. Expand and Rehabilitate Air Carrier Apron 12. Construct New Parallel Runway 12L/30R II. The Engineer's services rendered for the above described scope of work will be according to the following schedule: PART A - BASIC SERVICES (PRE-APPLICATION AND DESIGN ENGINEERING) Preliminary Studies - Items 1 through 4 only 1. Traffic Evaluation a. Scoping I. Inventories - physical, operational and forecasts 2. Interviews - all local parties involved Page 1 of 12 3. Constraint Maps b. First-level Evaluation 1. Define universe of alternatives (local involvement) 2. Define elimination criteria 3. Conduct first-level evaluation (local committee) C. Second-level Evaluation 1. Refine remaining alternatives (local commit. involvement) 2. Define selection criteria (local committee involvement) 3. Conduct second-level evaluation (local committee involvement) d. Documentation 1. Map selected alternatives 2. Prepare design critique memorandum 3. Technical report - rationale behind selections C. Project Coordination - Local Involvement Coordination Preliminary Studies (All Items 1. As requested, assist the Sponsor in the preparation of the Preapplication. Prepare the Program Sketch, Program Narrative, and Engineer's Estimate and assist the Sponsor with the required Statements and Notifications, the Environmental documentation and the State and Regional reviews as required; 2. Consult/Coordinate with Airport Users, FAA, Airport Staff, City, County, and other interested parties; 3. Review, and revise as necessary, the airport drawings which provide the basis for the project design; Design - Items 1 through 4 only 1. Traffic Design Program a. Preliminary Design 1. Assist design engineer in technical road and parking lot details 2. Attend design review critiques 3. Prepare design recommendations for final design b. Final Design 1. Review final design plans and specifications 2. Prepare design review critique memorandum Page 2 of 12 i Design (All Items) 1. Prepare preliminary plans, specifications, contract documents, and cost estimates for the design, to be approved by the Sponsor and certified to the FAA; 2. Provide acceptable Airport Layout Plan and associated drawings, as required; 3. Prepare and submit final plans, specifications, and contract documents for approval by the Sponsor and certified to the FAA prior to advertising for bids; 4. Prepare a Design Engineer's Report, including estimates of final quantities and construction costs. The report will be submitted with the final plans and specifications to the Sponsor and the FAA; 5. Prepare or assist in the preparation of the Application for Federal Funds and the Property Map (Exhibit "A"); 6. Coordinate the establishment of bid proposals into schedules to allow flexibility of award to match the funds available; 7. Provide complete sets of approved plans, specifications, and contract documents for the bidding of the project; 8. Arrange for and conduct Pre-bid Conference and job showing; 9. Assist with the bid opening and processing of bid documents, and make recommendations to the Sponsor for award of contract schedules; 10. Perform miscellaneous engineering services as requested by airport management. Landscaping (Items I through 4 only) 1. Landscape Architect Consultant Services a. Attend design review critiques b. Prepare preliminary landscape design recommendations C. Review preliminary and final design documents d. Prepare final design plans, details and specifications PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) 1. SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) Perform soils and/or pavement testing and investigation of proposed construction areas as required for design. Page 3 of 12 2. TOPOGRAPHIC SURVEYS (FOR DESIGN) Perform topographic surveys of proposed construction areas as required for design. a. For Items I through 4 the following surveys shall be performed: 1. Aerial mapping: Produce an aerial map with one foot contours of the entire ground area that covers Items I through 4 of the basic improvements. 2. Ground verification surveys: Set survey control and perform ground surveys to pick up utilities, flowlines, curbs, inverts and details not indicated on the aerial topography. b. For Item 5, a standard topographic survey will be performed based upon cross sections at 50-foot intervals plus details of drainage, lights, and other features. C. Scope of surveys for Items 6 through 11 shall be determined at time project is initiated. 3. FIELD ENGINEERING Arrange for and conduct Pre-Construction Conference. Provide com- plete resident engineering coordination of the construction work with sufficient qualified inspectors who shall be present during all con- struction operations, to observe that construction is accomplished in accordance with the plans and specifications. It is expressly under- stood that the term "engineering coordination" does not mean that the Engineer will assume any responsibility that usurps or replaces the duties and authority of a Construction Superintendent or other Con- tractor agent charged with responsibility for the construction opera- tion. The Engineer, in carrying out his responsibilities for engineering coordination shall guard the Sponsor against defects and deficiencies in the permanent work constructed by the Contractor, but does not guarantee the performance of the Contractor. The above disclaimers do not in any way abrogate the responsibility of the Engineer as agent for the Sponsor to exercise technical competence, expertise, skill and engineering judgment so that the Contractor's construction products are provided in accordance with the construction contract documents. The Engineer shall issue such instructions to the Contractor's Construction Superintendent as are necessary to protect the Sponsor's interests to the same extent as would the Sponsor himself, if he were present and equipped with the requisite knowledge, skill, competence, expertise, and engineering judgment. The Engineer shall provide sufficient surveys and observe and check surveys conducted by the Contractor in accordance with the plans and specifications. The Engineer shall conduct materials tests required by the FAA and/or observe and evaluate all such tests made by the Contractor in the field and in the laboratory as necessary in accordance with the plans Page 4 of 12 and specifications. Copies of all test reports will be furnished to the Sponsor and the FAA. Test results will be available on the day tests are taken. The Engineer shall act as the Sponsor's agent during construction to protect the Sponsor's interest and shall have the authority to recom- mend to the Sponsor that the construction be stopped if not in accordance with the plans and specifications. The Engineer will furnish the Sponsor and the FAA a weekly construction progress and inspection report. The Engineer shall prepare all addition and deletion change orders and supplemental agreements as required. After acceptance of the Construction Contract by the Contractor, copies will be submitted to the Sponsor and the FAA for approval and signature before proceeding with the work. The Engineer shall prepare periodic estimates during the construction of the project and shall prepare the final estimate when the work is completed. Periodic estimates shall be submitted regularly to the Sponsor for concurrence and submittal to FAA for Federal participa- tion payment requests. The Engineer shall review the submitted weekly contractor's payrolls, check shop drawings and construction submittals; and prepare and maintain necessary records of construction progress. When the project has been completed and is ready for final accept- ance, the Engineer shall arrange for inspection of the finished work by the FAA, the Sponsor, the Contractor, and the Engineer, following which the final estimate for the work will be considered by the Spon- sor. Upon acceptance of the project, the Engineer shall prepare the "As Built' drawings, including any field surveying required to compute final quantities, and the Construction Engineering Report, and shall provide the Sponsor and the FAA with one (1) set of reproducible "As Built' drawings, and one (1) copy of the Construction Report. On completion of the project, the Engineer shall prepare and supply the Sponsor with an Airport Maintenance Program for the improve- ments constructed under the Project. PART C - GENERAL CONSULTING SERVICES These services will be provided to accomplish or assist in the accomplishment of any or all of the following work items, as required: 1. Update Airport Layout Plan, as required. 2. Update Environmental Assessment, including coordination with FAA, local, regional and Federal agencies, and assist in conducting Public Hearings, as required. Page 5 of 12 3. Assist Sponsor in the preparation and/or update of Preapplications, including Program Sketch, Program Narrative, Consultant's Cost Estimates and required Statements and Notifications. 4. Provide Advisory Services to assist the Sponsor in the management, operation, maintenance and administration of the airport, as required. 5. Provide such other :services as may be required and requested by the Sponsor. PART D - CHANGE OF SCOPE It is mutually agreed that any change in the scope of the Project as outlined in Article I, or the services outlined in Article 11, in Parts A and B, and/or delays (including completion of the work in more than one project) by the Sponsor, resulting in extra expense to the Engineer, shall be considered beyond the: normal scope of this contract. In addition to the foregoing services, the Sponsor may require additional services such as Property Surveys, Descriptions of Land, Easements, Redesign or Major Changes of the concept after final plans or concepts have been approved by the FAA. Payment to the Engineer for such work because of the change in scope of the project shall be negotiated at the time of the anticipated change and it shall be mutually agreed to by amending this contract. II1. The Engineer further agrees that: 1. The Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their designated repre- sentatives shall have access to any books, documents, papers and records of the Engineer which are directly pertinent to the grant program for the purpose of making audit examination, excerpts, and transcriptions; 2. The Engineer has formulated, adopted, and actively maintains an af- firmative action plan in compliance with Executive Order No. 11246 entitled, "Equal Employment Opportunity." The Engineer does not discriminate on the basis of race, color, religion, creed, national origin, sex, or age. Goals and targets are specified in the affirmative action plan to assure its implementation; 3. All services performed shall be in conformance with any and all ap- plicable rules and regulations of the Federal Aviation Administration; 4. Whereas, it is the policy of the Department of Transportation (DOT) that Minority Business Enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds, con- sequently, the MBE requirements of 49 CFR Part 23 apply to this con- tract. The Engineer shall agree to ensure that Minority Business Enterprises as defined in 49 CFR Part 23 have the maximum opportunity to par- ticipate in the performance of contracts and subcontracts financed in Page 6 of 12 whole or in part with Federal funds. In this regard, all Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that Minority Business Enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted con- tracts. IV. The Engineer and the Sponsor mutually agree that: 1. The Sponsor and the Engineer each binds himself, his partners, succes- sors, assigns, and legal representatives to the other party to this con- tract and the partners, successors, assigns and legal representatives of such other party in respect of all covenants of this contract. Neither the Sponsor nor the Engineer shall assign, sublet, or transfer its interest in this contract without the written consent of the other; 2. This contract may be terminated by either party upon seven (7) days written notice should either party fail substantially to perform in ac- cordance with its terms through no fault of the other. It is also un- derstood that any such violation or Breach of Contract is subject to legal remedies in addition to any contractual or administrative measures; 3. The original plans and specifications shall remain the property of the Engineer; however, the Sponsor will be provided one (I) set of specifications and reproducible plans whether or not the project is ex- ecuted. With the Engineer's prior consent, the Sponsor may use those plans in any manner he wishes, provided the Sponsor agrees to save and hold the Engineer harmless for any liability resulting from such reuse, unless the Engineer's services are engaged in the repeated project or projects; 4. Reasons for which this agreement may be terminated for default include--but are not limited to--inferior or uncompleted work by the Engineer, lack of diligence by either party, inability to meet specified time constraints by either party, or failure of the Sponsor to provide civil, structural, mechanical or other details of systems existing at the site; 5. Reasons for which this agreement may be terminated because of cir- cumstances beyond the control of the Engineer include--but are not limited to--nonavailability of funds, or policy decisions to abandon or postpone the work indefinitely. V. The Sponsor agrees that: 1. The Sponsor shall make available to the Engineer all technical data that is in the Sponsor's possession including maps, surveys, property descriptions, borings and other information required by the Engineer and relating to his work. 2. The Sponsor agrees to cooperate with the Engineer in the approval of all plans and specifications, or should they disapprove of any part of Page 7 of 12 • 0 said plans and specifications, shall make a timely decision in order that no undue expense will be caused the Engineer because of lack of decisions. If the Engineer is caused to incur other expenses such as extra drafting, due to changes ordered by the Sponsor after completion and approval of the plans and specifications, the Engineer shall be equitably paid for such extra expenses and services involved. 3. The Sponsor shall pay publishing costs for advertisements of notices, public hearings, requests for bids, and other similar items; shall pay for all permits and licenses that may be required by local, state or federal authorities; and shall secure the necessary land, easements, and rights-of-way required for the project. VI. The Sponsor agrees to pay the Engineer for the services listed under Article II in the following; manner: PART A - BASIC SERVICES Preliminary Studies and Design. Items I through 4. A lump sum fee of $134,500.00. Landscaping. Items 1 through 4. Billed at the following rates to a maximum not to exceed fee of $53,600.00. Fees to be billed as a reimbursable at the direct hourly rates as listed, below: Principal . . . . . . . . . . . . . . . . . . . . . . . . $80.00/hr. Drafting. . . . . . . . . . . . . . . . . . . . . . . . . . 40.00/hr. Stenographic. . . . . . . . . . . . . . . . . . . . . . . . 20.00/hr. Printing, etc., at cost: Preliminary Studies and Design. Item 5. A lump sum fee of $115,800.00. Items 6 through I to be negotiated at a later date Method of payment shall be as follows: Interim payments up to 90 percent based on work performed by the Engineer and detailed in a report submitted to the Sponsor with the request for payment. The remaining ten percent of the fee (PART A) shall be paid at the time construction is completed for those work items actually constructed as listed in Article I. However, at the Engineer's option, he may request that the Sponsor accept (in lieu of the ten percent retainage) the Engineer's deposits in escrow under ithe following conditions: a. The Engineer shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Sponsor. Page 8 of 12 • 0 b. The Engineer shall deposit to and maintain in such escrow only those securities as are acceptable to the Sponsor and having a value not less than the ten percent retainage that would otherwise be withheld. C. The Engineer shall enter into an escrow agreement satisfactory to the Sponsor. If work is abandoned or terminated after obtaining approval by the Sponsor and the FAA of the final construction plans and specifications, the Sponsor shall reimburse up to 90 percent of the total lump sum as listed under PART A, in accordance with Article IV - 2 of this contract. PART B - SPECIAL SERVICES (SOILS AND PAVEMENT INVESTIGATIONS/ TOPOGRAPHIC SURVEYS/FIELD ENGINEERING) The maximum estimated SPECIAL SERVICES engineering is as follows: SOILS AND PAVEMENT INVESTIGATIONS (FOR DESIGN) For Items 1 through 4 $7,500.00 For Item 5 $4,000.00 TOPOGRAPHIC SURVEYS (FOR DESIGN) For Items 1 through 4 $17,000.00 1. Aerial mapping $7,200.00 2. Ground verification surveys $9,800.00 For Item 5 $9,600.00 TOPOGRAPHIC SURVEYS (FINAL CROSS-SECTIONS FOR PAYMENT) For Items 1 through 4 $12,000.00 For Item 5 $7,000.00 FIELD ENGINEERING For Items I through 4 $93,500.00 For Item 5 $104,000.00 The Consultant shall be reimbursed on the basis of Time and Materials, i.e. the number of hours worked, multiplied by the Consultant's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below. Page 9 of 12 • 0 HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.70/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . 70.15/hr. Engineer/Planner/Construction Coordinator. . . . . . . . . . . . 49.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 35.65/hr. Draftsman . . . . . . . . . . . . . . . . . . . . . . . . . . . 27.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . . 31.60/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile and $39.00 per day and auto rental and out-of-town per diem expenses at actual costs. Field surveying, materials testing and other subcontracted field engineering support will be billed at actual costs plus ten percent. LANDSCAPING FIELD OBSERVATION For Items I through 4 $13,000.00 The landscape architect shall be reimbursed at an hourly rate of $80.00 per hour to the above maximum amount. Any amount over the total estimated maximum for SPECIAL SERVICES will be negotiated and agreed upon between the Sponsor and the Consultant in writing prior to beginning of additional work. Method of payment shall be as follows: For services rendered under PART B - SPECIAL SERVICES, the Sponsor agrees to make monthly payments based upon the work performed by the Engineer less ten percent. The final ten percent of the fee shall be due and payable when the project final inspection and the construction report have been completed, and when reproducible "As Built" drawings have been submitted to the Sponsor and when the revised Airport Layout Plan has been approved by the FAA. The ten percent retainage, at the Engineer's option, shall follow the same procedures as PART A - BASIC SERVICES. The "As Built" drawings and construction report shall be submitted within a period of 90 days from end of construction period. This contract shall be considered completed concurrent with completion of the audit. Fees for BASIC SERVICES and for SPECIAL SERVICES work items listed under Article I but for which fees are not shown in this Contract, will be negotiated at a later date, when the scope of work is defined and will be formalized by an Amendment to this Contract. Page 10 of 12 PART C - GENERAL CONSULTING SERVICES The Consultant shall be reimbursed on the basis of Time and Materials, i.e. the number of hours worked, multiplied by the Consultant's standard hourly rates for each applicable employee classification plus direct non-hourly expenses as shown below. HOURLY RATES AND BILLING PROCEDURES Principal . . . . . . . . . . . . . . . . . . . . . . . . . . . $78.70/hr. Staff Engineer/Planner . . . . . . . . . . . . . . . . . . . . . 70.15/hr. Engineer/Planner/Construction Coordinator. . . . . . . . . . . . 49.10/hr. Associate Engineer/Planner/Construction Coordinator . . . . . . . 35.65/hr. Draftsman . . . . . . . . . . . . . . . . . . . . . . . . . . . 27.80/hr. Clerical/Data Processor . . . . . . . . . . . . . . . . . . . . $31.60/hr. Mileage and company car usage will be billed at the rate of $0.24 per mile and $39.00 per day, and auto rental and out-of-town per diem expenses at actual costs. Other subcontracted support services will be billed at actual cost plus ten percent. The maximum estimated GENERAL CONSULTING SERVICES is $50,000. Any amount over the estimated maximum will be negotiated and agreed on between the Sponsor and the Consultant in writing prior to beginning actual work. Method of Payment shall be as follows: For services rendered under PART C - GENERAL CONSULTING SERVICES, the Sponsor agrees to make monthly payments based upon the work performed by the Consultant. VII. The Engineer agrees to perform said services and work to carry out the provisions of this contract in a good and workmanlike manner. VIII. Liability Engineer agrees to indemnify, defend and save City and its agents and employees harmless from any and all liability, claims, damages or injuries to any person, including injury to Engineer's employees and all claims which arise from or are connected with the negligent performance of or failure to perform the work or other obligations of this agreement, or are caused or claim to be caused by the negligent acts or omissions of Engineer, its agents or employees, and all expenses of investigating and defending against same; provided, however, that this indemnification and hold harmless shall not include any claim arising from the sole negligence or willful misconduct of the City, its agents or employees. Page 11 of 12 IX. An opinion of construction cost prepared by the Engineer represents his judgment as a design professional and is supplied for Sponsor's guidance. Since the Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, the Engineer does not guarantee the accuracy of its opinion as compared to contractor bids or actual cost to the Sponsor. IN WITNESS WHEREOF, the parties hereto have affixed their signatures this day of lw L 198r . SPONSOR: CITY OF PALM SPRINGS, CALIFORNIA PALM SPRINGS, CALIFORNIA, By .^/4/.t�,,,2�/`i^, - City Manager Attest C ( �" — -- City Clerk Reviewed and Approved: y ,'a,' h 4"hl !:a ''ti 4, By 1� ENGINEER: ISBILL ASSOCIATES, NC. By President Isbill Associates, Inc. Page 12 of 12 MINUTE ORDER NO. 4132 APPROVING AN AIRPORT ENGINEERING SERVICES CONTRACT WITH ISBILL ASSOCIATES, INC. , FOR DESIGN ENGINEERING, CONSTRUCTION SUPER- VISION AND RELATED FAA PAPERWORK FROM PRE-APPLICATION THROUGH PROJECT CLOSE OUT FOR VARIOUS AIRPORT CAPITAL CONSTRUCTION PROJECTS, WITH SPECIFIC FUNDING ALLOCATIONS AT THIS TIME FOR THE LOOP ROAD PROJECT OF $326,000; : FOR THE OVERFLOW AIRCRAFT PARKING APRON OF $240,400; AND FOR GENERAL CONSULTING SERVICES FOR $50,000. I HEREBY CERTIFY that this Minute Order, approving an Airport Engineer- ing Services contract with IsbiII Associates , Inc. , for design engi- neering, construction supervision and related FAA paperwork from pre-application through project close out for various Airport capital construction projects, with specific funding allocations at this time for the Loop Road Project of $326,000; for The Overflow Aircraft Parking Apron of $240,000; and for general consulting services for $50,000, was adopted by the City Council of the City of Palm Springs, in a meeting thereof held on the 2nd day of March, 1988. JUDITH SUMICH City Clerk ntun Ene mccn C . 0 un'vuciarn. Inc 5555 Greemwwd Plaza Blvd Suite 100 Englewood,CO 801 11 %failing Address Raytheon Engineers & P.o Box 5838 Constructors Denver.CO 80217 Tel 303.843'000 Fax 303.843.2308 AUG 2 2 1997 February 20, 1997 DEPARTMEN7OE TRANSPORT,A7'I0N Mr. Allen Smoot Director of Aviation PALM SPRINGS REGIONAL AIRPORT 3400 East Tahquitz Palm Springs, CA 92252 Reference: Engineering Services Contract #2547 Airport Engineering Services Agreement #3138 Subject: Asset Acquisition from Isbill Associates, Inc. Assignment of Contract Dear Mr. Smoot: On January 7, 1997, Raytheon Infrastructure Inc. (RI) acquired selected assets of Isbill Associates, Inc. (Isbill). This acquisition is part of RII's continued expansion in the airport industry and will augment its strength in airfield engineering, design and planning services. RII will operate the acquired assets as the Isbill Associates Division of RI, which will continue to be located in Denver, Colorado. As a result of the acquisition, the rights and obligations under the referenced contract have been assumed by RI and hereafter, with your consent, the remaining obligations will be performed by RI through the Isbill Division. Please sign the consent to assignment where indicated below and return to: Isbill Associates Division of Raytheon Infrastructure Inc. 55E55 Greenwood Plaza Blvd. Englewood, Colorado 80111 Attention: Thomas W. Gleason, Contracts Manager All payments due on the open obligations under the contract and all future payments are to be made to: Isbill Associates Division of Raytheon Infrastructure Inc. 5555 Greenwood Plaza Blvd. Englewood, Colorado 80111 Attention: Twyla Boone Mr. Allen Smoot PALM SPRINGS REGIONAL AIRPORT February 20, 1997 Page 2 If you have any questions, please contact Greg Isbill in Denver, CO at (303) 364-2500, or Peter F. Nassab, Contracts Manager, Western Region, in Houston,TX at (281) 529- 7472. ASSIGNOR ASSIGNEE Isbill Associates, Inc. RSyth Infrastructure Inc. CONSENTED TO Y: By: L . Name: Title: Dater ` S-7 TW G/c kw/fMOM BE59 30USSIONATH AICIII:IIm CERTIFICATAF INSURANCE 41 ISSUE DATE(MM/DD/YY) tv/f t 4/93 -.-- PRODUCER -.`, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 1%<iln [il Lcl 6YT 7 TifilAS":i r±fiat? {.0 i"ID POLICIES BELOW. .... ........ . ... _.-.- - I:terrtvd ir, COa;{? {7gz COMPANIES AFFORDING COVERAGE tj'y.,�t....9:3 r....t.60 COMPANY .... { y � LETTER Q ;;a,y... .. ,..,..�..ax7- c •t;<• !:n<.�. t',d7 a :7f !••!a7•••t'F'i:r•e:l • COMPANY INSURED LETTER B I.sill 11. 1, Ali's 0 c: I a•t es t .{.n5•:: . COMPANY G° ' 101.90 f:< n't Mo t•v i da+A± (3 Lvd. LETTER It fl r tt r%il COMPANY LETTER D .(.) (300:1.{5 COMPANY E LETTERrey COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,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 LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YV) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE(Any one fine) $ MED EXPENSE(Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per...,dent) $ GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION - - - GACH ACCIDENT $ AND DISEASE—POLICY LIMIT $ EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE _$ OTHER :a (tT'cl7ikrr,.: t,`'f=:nt7inr,r...± 1=1_46291.8 9/02./92 9,r02/9,x $1r000a000 C 1.ID/Ag9- F•r'f±•Fr•.•±sss:>ioua (. i._ ia5i± $1.00«000 M-nlud::•t• ittIS-) u_.�_ach C`,Laimr DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS F'dIr tat..dtf(:rs5=,:.7 i±rl;:a 1. 1. ±aL'r i L i •t•y« iI'le %a,l+arc;±{aa—tv:? 1. i rn i 't i a The j:C'ta 1. t nstlur'aylcd:i alfa ± L•••• att to for 0. t. r,.0vd:.ired i' La i in> PrE4e?>can'ted within -tt)C, P to L i C:y gloat- i d)d:l.s TT•7d± L i in i f vii, 1 # be i t+tlni.:ed {sy rta,yflleTI-1idi fi('_ j-n;:lHtl'tni •t'y <a't7d.{ f?:Iae=Tl:i6 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO C i 'ty n'I' A"'81 I.Ill t'g>r i T7<}I s5 MAIL 30_-,DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE X;1 j rCi'f.:'t•or o f Fhb/i a f 1 i?Tl ••- F'ia 1.m LEFT,BUT FT O MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR fiij:FT [ T24]!fi C{{'?ta j p na I. 1=5 i Y'l:t Q5"'t LIABILITY OD UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. „«I'/i00 1. T�al't`11u 11 X"'Ncec(,:%a 1, 1.urn AUTHORIZED REVE:A c�;a,,r::2 © 47:L:1•{}000 ACORD 25-S(7/90) y . ©ACORD CORPORATION 1990 IJ J: T,-1 .1 U I I V ..j t i J .1 o""} Als�!lRII� CERTIFICAT F INSURANCE SSDEDATE•(!M�/D�D'3 PRODUCER =� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE i,1Gtn Eal L?:1 r?t" 7.nF.i RAY.a 1'tC:R?x Corp POLICIES BELOW. 700 EiT'(1.9(:Iln),':ty4 Six 1 f(! :I.{4 $::i (<(.) n02034 COMPANIES AFFORDING COVERAGE COMPANY ,{i;3.... 1::57-'#:s,':;{){7 LETTER A may. 'l.;.lnd calsua Lty comF?sally COMPANY INSURED LETTER B I.e>b I L 1. A i(-wc I cl'1 ek s, Inc. COMPANY 1{)190 East iMoni-view T. I,vd♦ LETTER C COMPANY LETTER D #�(•� #:30010 COMPANY LETTER E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,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 LIMITS ITS DATE(MM/DD/VY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ . l oo'o 4 00o F-t iv COMMERCIAL GENERAL LIABILITY T<EE)l 0 3 7.1.46 9/{}2/1?2 JC''Jr02 /93 PRODUCTS-COMP/OP AGE. $ :L j 00k)t 0oo CLAIMS MADE i{ OCCUR. PERSONAL&ADV INJURY $ 1.4 000 4 00{1- OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ 1 ,000P000 FIRE DAMAGE(Any one Ore) $ 54 4{){}{1 MED.EXPENSE(Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE E} �( ANY AUTO 1-.[:I"1.I. r{)t:)(J'x:)Ly}' 'M•94 //{1r?:Cl'w.', 11rJ'11�;?l93 LIMIT $ .w !lw9{1514{1(1{1 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ Y y 000!000 UMBRELLA FORM I•I.T.V7153231 1 9/02/92 0/02/93 AGGREGATE $ ;1, 4000 {}00- OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND EMPLOYERS'LIABILITY DISEASE-POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Re: Automobile Liability I'-)tJ.-ac:YIE?d for "WHO 1S 3:i'IC,U];liE1)^ - 1 i / r/ '_(•�i'?}yt1 (}Yl..+! cl Ylti prlmil t"'/ Ct:>Skrd iYl_;r}+ ( YV l .SI (}it'_a ' in 'form (:.'rA{1{)01 (:I.2/90) ! '.3ection IS, ;d i. c: E`.mc:tian IV, Ti ':;.,( and Section V1 I-4^ (A Waivvn. of Eiiubret4gation <appI, iei». for ('rlrti4' i<.<t'I: t> HeI.(ler'. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO t.' i -y O'Y Pa I m E'p T' i ngl: MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE t.l i r.c.? t or of f-4v i A'I' i it 11 - PzI Lm LEFT,BUT FAIL U TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR i" A Ytgl<S I'tt?tt! 1 (}T1;A I. I'il I l'.I!x71'"E' LIABILITY OF Y KIND UPaRL$HE COMPANY,ITS AGENTS OR REPRESENTATIVES. :34C){} F.". T;:tia�:t., i {,�....922` L I.t fit AUTHORIZE�'i Ea'i•`.'^E .�e ssc-- — T';arl:'r' i nrls>, CA �7;?'?;:in? cfF7 `1�4'7:I.:f.{1Glt?0 ACORD 25-S(7/90) °ACORD CORPORATION 1990 A K `lv '.."lice' I J Wo f z U c. W Ci C:; -.n rJ J. ff • fy 0 fw I J f ql