HomeMy WebLinkAbout06851 - THE ADAMS COMPANY INDEPENDENT FEE ESTIMATE CONTRACT SERVICES AGREEMENT
The Adams Company
THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement') is made and entered
into on May 16, 2016, by and between the City of Palm Springs, a California charter city and
municipal corporation ("City"), and The Adams Company, a Limited Liability Company,
("Contractor"). City and Contractor are individually referred to as "Party" and are collectively
referred to as the "Parties".
RECITALS
A. City requires the services of an Independent Fee Consultant, for Design Service
fees for Airport Improvement Projects, ("Project').
B. Contractor has submitted to City a proposal to provide independent fee consulting
to City under the terms of this Agreement.
C. Based on its experience, education, training, and reputation, Contractor is
qualified and desires to provide the necessary services to City for the Project.
D. City desires to retain the services of Contractor for the Project.
In consideration of these promises and mutual agreements, City agrees as follows:
AGREEMENT
1. CONTRACTOR SERVICES
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contractor shall provide Independent Fee Consulting services to City as described in
the Scope of Services/Work attached to this Agreement as Exhibit "A" and "B" incorporated by
reference (the "services" or "work"). Section 4.4 includes the agreed upon schedule of
performance and the schedule of fees. Contractor warrants that all services and work shall be
performed in a competent, professional, and satisfactory manner consistent with prevailing
industry standards. In the event of any inconsistency between the terms contained in the Scope
of Services/Work and the terms set forth in this Agreement, the terms set forth in this Agreement
shall govern.
1.2 Compliance with Law. Contractor services rendered under this Agreement shall
comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful
orders, rules, and regulations.
1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such
licenses, permits, and approvals as may be required by law for the performance of the services
required by this Agreement.
ORIGINAL BID Revised 515116
720599.1 AND/OR AGREEMENT
1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that
it has carefully considered how the work should be performed and fully understands the
facilities, difficulties, and restrictions attending performance of the work under this Agreement.
2. TIME FOR COMPLETION
The time for completion of the services to be performed by Contractor is an essential
condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this
Agreement according to the agreed upon schedule of performance set forth in Section 4.4.
Contractor shall not be accountable for delays in the progress of its work caused by any
condition beyond its control and without the fault or negligence of Contractor. Delays shall not
entitle Contractor to any additional compensation regardless of the party responsible for the
delay.
3. COMPENSATION OF CONTRACTOR
3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed
for the services rendered under this Agreement in accordance with the schedule of fees set forth
in Exhibits"A" and `B." The total compensation shall not exceed $8,800.00.
3.2 Method of Payment. In any month in which Contractor wishes to receive
payment, Contractor shall submit to City an invoice for services rendered prior to the date of the
invoice, no later than the first working day of such month, in the form approved by City's
finance director. Payments shall be based on the rates for authorized services performed. City
shall pay Contractor for all expenses stated in the invoice that are approved by City and
consistent with this Agreement, within thirty (30) days of receipt of Contractor's invoice.
3.3 Chances. In the event any change or changes in the Scope of Services/Work is
requested by City, Parties shall execute a written amendment to this Agreement, specifying all
proposed amendments, including, but not limited to, any additional fees. An amendment may be
entered into:
A. To provide for revisions or modifications to documents, work product, or
work, when required by the enactment or revision of any subsequent law; or
B. To provide for additional services not included in this Agreement or not
customarily furnished in accordance with generally accepted practice in Contractor's profession.
3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being
appropriated by the City Council for each fiscal year. If such appropriations are not made, this
Agreement shall automatically terminate without penalty to City.
4. PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this Agreement.
2 Revised:5/6116
720599.1
4.2 Schedule of Performance. All services rendered under this Agreement shall be
performed under the agreed upon schedule of performance set forth in Section 4.4. Any time
period extension must be approved in writing by the Contract Officer.
4.3 Force Maieure. The time for performance of services to be rendered under this
Agreement may be extended because of any delays due to unforeseeable causes beyond the
control and without the fault or negligence of Contractor, if Contractor notifies the Contract
Officer within ten (10) days of the commencement of such condition. Unforeseeable causes
include, but are not limited to, acts of God or of a public enemy, acts of the government, fires,
earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and
unusually severe weather. After Contractor notification, the Contract Officer shall investigate
the facts and the extent of any necessary delay, and extend the time for performing the services
for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties
to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this
Agreement, this Agreement shall continue in full force and effect for a period of ninety (90)
days, commencing on May 16, 2016, and ending on August 15, 2016, unless extended by mutual
written agreement of the parties. The total amount of Compensation shall not exceed eight
thousand and eight hundred dollars ($8,800.00).
4.5 Termination Prior to Expiration of Term. City may terminate this Agreement
at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where
termination is due to the fault of Contractor and constitutes an immediate danger to health,
safety, and general welfare, the period of notice shall be such shorter time as may be determined
by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all
services except such as may be specifically approved by the Contract Officer. Contractor shall
be entitled to compensation for all services rendered prior to receipt of the notice of termination
and for any services authorized by the Contract Officer after such notice. Contractor may
terminate this Agreement, with or without cause, upon thirty (30) days written notice to City.
5. COORDINATION OF WORK
5.1 Representative of Contractor. The following principal of Contractor is
designated as being the principal and representative of Contractor authorized to act and make all
decisions in its behalf with respect to the specified services and work: Gary Adams, President.
It is expressly understood that the experience, knowledge, education, capability, and reputation
of the foregoing principal is a substantial inducement for City to enter into this Agreement.
Therefore, the foregoing principal shall be responsible during the term of this Agreement for
directing all activities of Contractor and devoting sufficient time to personally supervise the
services under this Agreement. The foregoing principal may not be changed by Contractor
without prior written approval of the Contract Officer.
5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her
designee ('Contract Officer"). Contractor shall be responsible for keeping the Contract Officer
fully informed of the progress of the performance of the services. Contractor shall refer any
3 Revised:515116
720599.1
decisions that must be made by City to the Contract Officer. Unless otherwise specified, any
approval of City shall mean the approval of the Contract Officer.
5.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, education, capability, and reputation of Contractor, its principals and employees,
were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall
not contract with any other individual or entity to perform any services required under this
Agreement without the City's express written approval. In addition, neither this Agreement nor
any interest may be assigned or transferred, voluntarily or by operation of law, without the prior
written approval of City.
5.4 Independent Contractor. Neither City nor any of its employees shall have any
control over the manner, mode, or means by which Contractor, its agents or employees, perform
the services required, except as otherwise specified. Contractor shall perform all required
services as an independent contractor of City and shall not be an employee of City and shall
remain at all times as to City a wholly independent contractor with only such obligations as are
consistent with that role; however, City shall have the right to review Contractor's work product,
result, and advice. Contractor shall not at any time or in any manner represent that it or any of its
agents or employees are agents or employees of City.
5.5 Personnel. Contractor agrees to assign the following individuals to perform the
services in this Agreement. Contractor shall not alter the assignment of the following personnel
without the prior written approval of the Contract Officer. Acting through the City Manager, the
City shall have the unrestricted right to order the removal of any personnel assigned by
Contractor by providing written notice to Contractor.
Name: Title:
Gary Adams President, The Adams Company
6. INSURANCE
Contractor shall procure and maintain, at its sole cost and expense, policies of insurance
as set forth in the attached Exhibit"C," and incorporated herein by reference.
7. INDEMNIFICATION.
7.1 Indemnification. To the fullest extent permitted by law, Contractor shall
defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its
elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified
Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs,
judgments, arbitration awards, settlements, damages, orders, penalties, and expenses including
legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising
from injuries to or death of persons (Contractor's employees included), for damage to property,
including property owned by City, from any violation of any federal, state, or local law or
ordinance, and from errors and omissions committed by Contractor, its officers, employees,
representatives, and agents, that arise out of or relate to Contractor's performance under this
4 Revised:515116
720599.1
Agreement. This indemnification clause excludes Claims arising from the sole negligence or
willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers.
Under no circumstances shall the insurance requirements and limits set forth in this Agreement
be construed to limit Contractor's indemnification obligation or other liability under this
Agreement. Contractor's indemnification obligation shall survive the expiration or earlier
termination of this Agreement until all actions against the Indemnified Parties for such matters
indemnified are fully and finally barred by the applicable statute of limitations or, if an action is
timely filed, until such action is final. This provision is intended for the benefit of third party
Indemnified Parties not otherwise a party to this Agreement.
7.2 Design Professional Services Indemnification and Reimbursement. If the
Agreement is determined to be a "design professional services agreement" and Contractor is a
"design professional" under California Civil Code Section 2782.8, then:
A. To the fullest extent permitted by law, Contractor shall indemnify, defend
(at Contractor's sole cost and expense), protect and hold harmless City and its elected officials,
officers, employees, agents and volunteers and all other public agencies whose approval of the
project is required, (individually "Indemnified Party'; collectively "Indemnified Parties") against
any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders
and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or
death of persons (Contractor's employees included) and damage to property, which Claims arise
out of, pertain to, or are related to the negligence, recklessness or willful misconduct of
Contractor, its agents, employees, or subcontractors, or arise from Contractor's negligent,
reckless or willful performance of or failure to perform any term, provision, covenant or
condition of this Agreement ("Indemnified Claims"), but Contractor's liability for Indemnified
Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or
willful misconduct of the City and its elected officials, officers, employees, agents and
volunteers.
B. The Contractor shall require all non-design-professional sub-contractors,
used or sub-contracted by Contractor to perform the Services or Work required under this
Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-
section 7.1 in favor of the Indemnified Parties. In addition, Contractor shall require all non-
design-professional sub-contractors, used or sub-contracted by Contractor to perform the
Services or Work required under this Agreement, to obtain insurance that is consistent with the
Insurance provisions as set forth in this Agreement, as well as any other insurance that may be
required by Contract Officer.
8. RECORDS AND REPORTS
8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
reports concerning the performance of the services required by this Agreement, or as the
Contract Officer shall require.
8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all
time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor
shall keep such books and records as shall be necessary to properly perform the services required
5 Revised:5/5116
720599.1
by this Agreement and enable the Contract Officer to evaluate the performance of such services.
The Contract Officer shall have full and free access to such books and records at all reasonable
times, including the right to inspect, copy, audit, and make records and transcripts from such
records.
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of this Agreement
shall be the property of City. Contractor shall deliver all above-referenced documents to City
upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall
have no claim for further employment or additional compensation as a result of the exercise by
City of its full rights or ownership of the documents and materials. Contractor may retain copies
of such documents for Contractor's own use. Contractor shall have an unrestricted right to use
the concepts embodied in such documents.
8.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract
Officer.
8.5 Cost Records. Contractor shall maintain all books, documents, papers, employee
time sheets, accounting records, and other evidence pertaining to costs incurred while performing
under this Agreement. Contractor shall make such materials available at its offices at all
reasonable times during the term of this Agreement and for three (3) years from the date of final
payment for inspection by City and copies shall be promptly famished to City upon request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim, or matter arising out of or in relation to this
Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county, and Contractor covenants and agrees to
submit to the personal jurisdiction of such court in the event of such action.
9.2 Interpretation. This Agreement shall be construed as a whole according to its
fair language and common meaning to achieve the objectives and purposes of the Parties. The
terms of this Agreement are contractual and the result of negotiation between the Parties.
Accordingly, any rule of construction of contracts (including, without limitation, California Civil
Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be
employed in the interpretation of this Agreement. The caption headings of the various sections
and paragraphs of this Agreement are for convenience and identification purposes only and shall
not be deemed to limit, expand, or define the contents of the respective sections or paragraphs.
9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
No consent or approval of City shall be deemed to waive or render unnecessary City's consent to
or approval of any subsequent act of Contractor. Any waiver by either party of any default must
6 Revised:515116
720599.1
be in writing. No such waiver shall be a waiver of any other default concerning the same or any
other provision of this Agreement.
9.4 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative. The exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or
remedies for the same default or any other default by the other party.
9.5 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for
any default, to compel specific performance of this Agreement, to obtain injunctive relief, a
declaratory judgment, or any other remedy consistent with the purposes of this Agreement.
10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
10.1 Non-Liability of City Officers and Employees. No officer or employee of City
shall be personally liable to the Contractor, or any successor-in-interest, in the event of any
default or breach by City or for any amount which may become due to the Contractor or its
successor, or for breach of any obligation of the terms of this Agreement.
10.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the
City has or shall have any direct or indirect financial interest in this Agreement nor shall
Contractor enter into any agreement of any kind with any such officer or employee during the
term of this Agreement and for one (1) year thereafter. Contractor warrants that Contractor has
not paid or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
10.3 Covenant Against Discrimination. Consultant covenants that, by and for itself,
its heirs, executors, assigns, and all persons claiming under or through them, that there shall be
no discrimination or segregation in the performance of or in connection with this Agreement
regarding any person or group of persons on account of race, color, creed, religion, sex, marital
status, disability, sexual orientation, gender identity, gender expression, national origin, physical
or mental disability, medical condition, or ancestry.
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or communication that
either party desires, or is required to give to the other party or any other person shall be in
writing and either served personally or sent by pre-paid, first-class mail to the address set forth
below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing
if mailed as provided in this Section. Either party may change its address by notifying the other
party of the change of address in writing.
7 Revised 5/5116
720599.1
To City: City of Palm Springs
Attention: City Manager/ City Clerk
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
Palm Springs International Airport
3400 E. Tahquitz Canyon Way, Suite OFC
Palm Springs, California 92262
To Contractor: The Adams Company
1508 W. Tara Drive
Gilbert, Arizona 85233
11.2 Integrated Agreement. This Agreement contains all of the agreements of the
parties and supersedes all other written agreements.
11.3 Amendment. No amendments or other modifications of this Agreement shall be
binding unless through written agreement by all Parties.
11.4 Severability. Whenever possible, each provision of this Agreement shall be
interpreted in such a manner as to be effective and valid under applicable law. In the event that
any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this
Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of
competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining
phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted
to carry out the intent of the parties.
11.5 Successors in Interest. This Agreement shall be binding upon and inure to the
benefit of the Parties' successors and assignees.
11.6 Third Party Beneficiary. Except as may be expressly provided for in this
Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement
be construed as conferring, any rights, including, without limitation, any rights as a third-party
beneficiary or otherwise, upon any entity or person not a party to this Agreement.
11.7 Recitals. The above-referenced Recitals are hereby incorporated into the
Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees
that such Party is bound, for purposes of this Agreement, by the same.
11.8 Authority. The persons executing this Agreement on behalf of the Parties
warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by
so executing this Agreement the Parties are formally bound to the provisions of this Agreement.
g Revised:515116
720599.1
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates
stated below.
"CITY"
City of Palm Springs
Date: o$ 14 1 2 o f fa By:
David H. Ready
City Manager APPROVED BY CITY MANAGER
APPROVED AS TO FORM: ATTEST
&�4
By: By j
e
. —
Douglas C. Holland, s Thompson,
City Attorney City Clerk
"CONTRACTOR"
The Adams Company
Date: 14 J 3 C �J (o By : U!�
GarkjdarA
President
Date: ,/ 30 261 (y 4d �/,
(name)
!atrneftt 5. I�el�e� A�rrzs
(secretary)
9 Revised:1219115
720599.1
CALNK ro ALUIPURPOEE ACIOIOWLMD R CW CODE g 11e9
A nomy public or a ev diva On emirs vain only the ia.vdy of to itdvikai Who aged do
doounre to With dfa cedicataoeled+e4 sat notdenatdilese.acarary,a yduos donnnaht
st,%of caflcwhia At,Zo.�i— )
cwiy of ,'1 a✓
On o4. 30 . Zo l(; balana me. I Ikk I�r-�i
Daft O�,o�a r
personelMuppeared &Y11YI > Li
cL-iu ,Wei
Na KIN O7 Bigrerpn) -
P�Z llL y DOSti 3i 3a3 P A z DL dT J�)r,v?,S375Z
who proved to me on the haws of satisfactory evidence to he the peraun(a) wleae raene(h) idae
s bacnuDaf to the wThih ehebunerd and ack ow wiped to me that hatahsi weeded the same in
hdlerlBui aWra¢ad upaciy¢w).and that by hofinrAhei signature(a)on the iadruned the psaanN.
or the entity upon b[df of wHdn the pervonN mend.executed the mahu"wnt.
I cw*under P@WLTY OF PBIAW uadar the laws
of CaRon ve that the lmegoinp pwagaaph
aonecl
E@MariGopa
nh-Thuy N Willianls�s rry tamed and alficiel asaLNotary Public
County,A '
mm.Expires 11-30-19 siprn a pf PtFc
PYce Nafwy Beef Above
OPTIONAL
Though tide sectim a apHwrf.can*49firg this irhlxn ahun can deter aXenobon c/f he document or
awsddant niattedmad of tits farm to an urwdaaded dnaanent
Oaaaipbon of Atdded DDeumant
rda or Type of Document Document Dale:
Nunbw of Pagan: Sgpm(a)O#w Then barred Above:
Cepacitoes)Clowned by WV—(s)
siwows Narw: &WIs's None:
❑Capaats OWicar—Tia{sX ❑Ompaefa Oltioer—TOOK
❑Pad ner— ❑lidded ❑Oaunl ❑Partner— ❑Landed ❑Denwal
❑kxs%w oat ❑Attorney in Fad ❑kdivi ka ❑AthO e in Fad
❑Tmatae ❑Ouvdan or Conservator ❑Tnadea ❑Gusedon or Ooreervatvata
❑oaur. ❑OU W..
9hgw In PapreOW&gO `JPw Is Reprmwb'ng
OM4 tlakarl Noe.yAaaodakwh•wwwllabwellatry.mg•1409-1s NDTAfn pa09479e9Z7) ram#5W7
to Revised:1219115
'20599.1
EXHIBIT "A"
® The Adams Companies
1508 W Tare Drive
Gilbert,Arizona rISM
Phone:602-708-1177
&nail:gary®/hndam¢umpanle.b¢
April 27,2016
Mr.Mark lucht
Airport Administration Manager
Palm Springs International Airport
3400 East Tahquitz Canyon Way
Palm Springs,California 92262
Re: Qualifications for an Independent Fee Estimate(IFE)for Palm Springs International
Airport Airfield Lighting Project and Taxiway 1 Pavement Repair Engineering Design
Services
Dear Mr.lucht
In response to your request for a proposal for the Palm Springs International Airport,The
Adams Companies(TAC)is pleased to submit the following statement,proposal and work
scope form Independent Fee Estimate. TAC is a small firm established in 2005 that provides
aviation consultation services to airports primarily in the Southwest U.S.TAC prides itself on
providing high-quality professional services that result in a high percentage of repeat clients.
The Adams Companies has the following outstanding capabilities to bring to this assignment:
• Availability: TAC is completing projects in Lyon County, NV and Grants, NM
Airports and can begin work immediately on this analysis and complete the assignment within
10 work days.
• Relevant Experience:TAC has completed projects similar to those described in your
request. We have significant experience in all aspects of airport development projects and
independent fee analysis for Federal Aviation Administration(FAA)Airport Improvement
Program(AIP)grant programs.
• Relationship with FAA: Mr. Adams retired as the Arizona Department of
Transportation (ADOT) Aeronautics Division Director after 25 years, and has excellent
working relationships with numerous FAA personnel. These relationships allow TAC to
effectively and efficiently perform all agency coordination.
1 Revised:1219/15
720599.1
• Page 2 Aprll 27,2016
This proposal and attached work scope"Exhibit A"are designed to address the overall needs
of the Palm Springs Intemational Airport for completing an Independent Fee Estimate in a
well-coordinated and timely manner.
Our fee for the proposed scope of services is a lump sum fee of$3,800.00.AI I work shal I be
completed within 10 working days from the Notice to Proceed.In order to meet the completion
date,TAC will require: 1)a written notice to proceed and 2)the receipt of all necessary review
materials including the following: a) The consultant's list of proposed subcontractors and
subcontractors proposed work scope;b)Consultant's proposed scope of work,as approved by
the FAA;c)Consultant's redacted budget spreadsheet.
We understand the importance of this effort to the City of Palm Springs and the Palm Springs
International Airport. We know that during these tight economic times, the Airport needs
additional funding options and creative problem solving to help complete much needed
improvements.TAC iscommitted to providing the resources and expertise required to provide
you with the most cost-effective,timely consulting services available.
Thank you for considering The Adams Companies for this assignment. For more background
information on The Adams Companies, please visit our website at:
http://www.theadamscompanies.bizfindex.htmi.We look forward to your favorable review of
our submission for this project. Please do not hesitate to contact me at 602-708-1 177,or via
email at nary(o).theadamscomoonies.biz, if you have any questions or desire further
information.
Sincerely,
The Adams Companies
Gary Adams
President
Apri127,2016
EXHIBIT A
PALM SPRINGS INTERNATIONAL AIRPORT
INDEPENDENT FEE ESTIMATE
ENGINEERING DESIGN SERVICES FOR AIRFIELD LIGHTING
PROJECT AND TWY J PAVEMENT REPAIR
SCOPE OF WORK AND FEE ESTIMATE
Introduction:
The City of Palm Springs will soon begin a project to design a signage and lighting
construction project to rehabilitate the aging electrical system and incorporate LED lighting
and signage technology at the Palm Springs International Airport.The existing airfield lighting
circuit conditions were analyzed through megger readings and it was determined to have
problems throughout the electrical system mainly due to failed connectors. Parsons
Brinkerhoff,Inc.has been selected as the project team manager for the project
In order to complete the design project,the City of Palm Springs,as owner of the Palm Springs
International Airport, is about to enter into contract fee negotiations with the airport
engineering consultant firm of Parsons Brinkerhoff(Consultant),after selecting them based
on qualifications. In accordance with FAA consultant selection guidelines,the City of Palm
Springs is requesting TAC to submit a proposal and work scope for an Independent Fee
Estimate(IFE)on the scope of services to be provided by the selected consultant. The scope
of services that TAC proposes for the IFE is as follows:
Task 1:Develop Independent Fee Estimate
a)TAC will review the scope of services developed by the Consultant(s)and the Palm Springs
International Airport The scope will be reviewed task-by-task to ensure that all required
services for the Project,based on TAC's professional judgment,are thoroughly addressed in
accordance with FAA guidelines for projects of this type, including the most recent FAA
Advisory Circulars.
b)TAC will provide to the Palm Springs International Airport a cost breakdown structure and
cost estimate by task. The cost breakdown structure will consider the level of staff skills
necessary to effectively complete each task, staff man-hours, and any other cost
considerations, i.e. direct costs which may be needed for the acquisition of data or travel-
related expenses. This cost breakdown will be similar in format to Appendix E of AC
15015100-14B Change I.
13 Revised:1219115
720599.1
• Page 2 Ap6127,2016
c) TAC will provide a detailed cover letter with an explanation of costs and a separate
comprehensive spreadsheet of the independent I=estimate to the Palm Springs International
Airport,in electronic format(and hard copy if requested).
Fee:
Our fee for the proposed scope of services is a lump sum fee of$3,800.00.All work shall be
completed within 10 working days from the Notice to Proceed.In order to meet the completion
date,TAC will require:I)a written notice to proceed and 2)the receipt of all necessary review
materials including the following: a)The consultant's list of proposed subcontractors and
subcontractors proposed work scope; and b) Consultant's proposed scope of work, as
approved by the FAA.
Bilfing/Contact Information:
The Adams Companies LLC-
Palm Springs Business License k 20016856.
TAC's billing address is:
The Adams Companies,LLC
1308 W.Tara Dr.
Gilbert,AZ 85233
602-708.1177
14 Revised 12t9l15
720599.1
Exhibit "B"
® The Adams Companies
1508 W Ten Drive
Gilbert,Arizona 85233
Phoar.iaL709-1177
&mad:zaryQa thesdamacumpankr.brz
April 14,2016
Mr.Mark lucht
Airport Administration Manager
Palm Springs International Airport
3400 East Tahquitz Canyon Way
Palm Springs,California 92262
Re: Qualifications for an Independent Fee Estimate(IFE)for Engineering Design Services
Dear Mr.Jucht:
In response to your request for a proposal for the Palm Springs International Ahpon,The
Adams Companies CfAC)is pleased to submit the following statement,proposal and work
scope for an Independent Fee Estimate. TAC is a small firm established in 2005 that provides
aviation consultation services to airports primarily in the Southwest U.S.TAC prides itself on
providing high-quality professional services that result in a high percentage of repeat clients.
The Adams Companies has the following outstanding capabilities to bring to this assignment:
• Availability:TAC is completing projects at Scottsdale and Williams Airports and can
begin work immediately on this analysis and complete the assignment within 10 workdays,
• Relevant Experience:TAC has completed projects similar to those described in your
request We have significant experience in all aspects of airport development projects and
independent fee analysis for Federal Aviation Administration(FAA)Airport Improvemmt
Program(AIP)grant programs.
Relationship with FAA: Mr. Adams retired as the Arizona Department of
Transportation (ADOT) Aeronautics Division Director after 25 years, and has excellent
working relationships with numerous FAA personnel. These relationships allow TAC to
effectively and efficiently perform all agency coordination.
15 Revised 12MIS
72059M
Exhibit "B"
• Page 2 Apol 14.2016
This proposal and attached work scope"Exhibit A"are designed to address the overall needs
of the Palm Springs International Airport for completing an Independent Fee Estimate in a
well-coordinated and timely manner.
Our fee for the proposed scope of services is a lump sum fee of 55,000.00.All work Mall be
completed within 10 working days from the Notice to Proceed.In order to meet the completion
date,TAC will require: 1)a written notice to proceed and 2)the receipt of all necessary review
materials including the following:a)The consultant's list of proposed subcontractors and
subcontractors proposed work scope;b)Consultant's proposed scope of work,as approved by
the FAA;c)Consultant's redacted budget spreadsheet.
We understand the importance of this effort to the City of Palm Springs and the Palm Springs
International Airport.We know that during these tight economic times,the Airport needs
additional funding options and creative problem solving to help complete much needed
improvements.TAC is committed to providing the resources and expertise required to provide
you with the most cost-ef active,timely consulting services available.
Thank you for considering The Adams Companies for this assignment. For more background
information on The Adams Companies, please visit our website at:
httpl/ cow.lheadamscompanies.bizfi'ndex.html.We look forward to your favorable review of
our submission for this pmjeet. Please do not Imitate to contact me at 602-708-1 177,or via
email at 2ary(&headamscomoanies.biz if you have any questions or desire further
information.
Sincerely,
The Adams Companies
Gary Adams
President
16 Revised:1219115
720599.I
April 14,201fi
Exhibit "B"
PALM SPRINGS INTERNATIONAL AIRPORT
INDEPENDENT FEE ESTIMATE
ARCHITECTURAL AND ENGINEERING PROFESSIONAL
SERVICES FOR AN ADDITION AND RENOVATION OF AIRLINE
TICKETING AND TRANSPORTATION SECURITY
ADMINISTRATION BAGGAGE SCREENING AREAS
SCOPE OF WORK AND FEE ESTIMATE
Introduction:
The City of Palm Springs will soon begin a project to consider the expansion and renovation
of the airline ticketing hall, the airline ticket offices (ATO) and the Transportation
Security Administration(TSA)baggage screening areas at the Palm Springs International
Airport.The current terminal ticking hall is constricted by passenger queuing and the current
baggage screening does not meet TSA guidelines. Parsons Brinkerhoff, Inc. has been
selected as the project team manager for the project.The goal of this project is to provide the
airport and the traveling public with a more convenient and secure transportation experience
at the Palm Springs International Airport.
In order to complete the terminal addition and renovation concepts and design project,the City
of Palm Springs,as owner of the Palm Springs International Airport, is about to enter into
contract fee negotiations with the airport engineering consultant firm of Parsons Brinkerhoff
(Consultant),after selecting them based on qualifications. In accordance with FAA consultant
selection guidelines,the City of Palm Springs is requesting TAC to submit a proposal and
work scope for an Independent Fee Estimate(IFE)on the scope of services to be provided by
the selected consultant. The scope of services that TAC proposes for the IFE is as follows:
Task 1:Develop Independent Fee Estimate
a)TAC will review the scope of services developed by the Consultant(s)and the Palm Springs
International Airport. The scope will be reviewed task-by-task to ensure that all required
services for the Project,based on TAC's professional judgment,are thoroughly addressed in
accordance with FAA guidelines for projects of this type, including the most recent FAA
Advisory Circulars.
b)TAC will provide to the Palm Springs International Airport a cost breakdown structure and
cost estimate by task. The cost breakdown structure will consider the level of staff skills
17 Revised 12/W15
P_0599.1
Exhibit "B"
• Page April 14,2016
necessary to effectively complete each task, staff man-hours, and any other cost
considerations, i.e.direct costs which may be needed for the acquisition of data or travel-
related expenses. This cost breakdown will be similar in format to Appendix E of AC
150/5100-14EChange I.
c) TAC will provide a detailed cover letter with an explanation of costs and a separate
comprehensive spreadsheet of the independent fee estimate to the Palm Springs International
Airport,in electronic format(and hard copy if requested).
Fee:
Our fee for the proposed scope of services is a lump sum fee of S5,000.00.All work shall be
completed within 10 working days from the Notice to Proceed.In order to meet the completion
date,TAC will require:1)a written notice to proceed and 2)the receipt of at I necessary review
materials including the following: a)The consultant's list of proposed subcontractors and
subcontractors proposed work scope; and b) Consultant's proposed scope of work, as
approved by the FAA.
Billing(Contaet Information:
The Adams Companies LLC-Federal ID number is 76-0923239.
Palm Springs Business License#20016M
TAC's billing address is:
The Adams Companies,LLC
1508 W.Tara Dr.
Gilbert,AZ 85233
602-708-1177
18 Revised:12/W15
720599,1
Exhibit "C"
INSURANCE
1. Procurement and Maintenance of Insurance. Contractor shall procure and
maintain public liability and property damage insurance against all claims for injuries against
persons or damages to property resulting from Contractor's performance under this Agreement.
Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and
content satisfactory to the City, and submit concurrently with its execution of this Agreement.
Contractor shall also carry workers' compensation insurance in accordance with California
workers' compensation laws. Such insurance shall be kept in full force and effect during the
term of this Agreement, including any extensions. Such insurance shall not be cancelable
without thirty(30) days advance written notice to City of any proposed cancellation. Certificates
of insurance evidencing the foregoing and designating the City, its elected officials, officers,
employees, agents, and volunteers as additional named insureds by original endorsement shall be
delivered to and approved by City prior to commencement of services. The procuring of such
insurance and the delivery of policies, certificates, and endorsements evidencing the same shall
not be construed as a limitation of Contractor's obligation to indemnify City, its elected officials,
officers, agents, employees, and volunteers.
2. Minimum Scone of Insurance. The minimum amount of insurance required
under this Agreement shall be as follows:
1. Comprehensive general liability and personal injury with limits of at least
one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two
million dollars ($2,000,000) general aggregate;
2. Automobile liability insurance with limits of at least one million dollars
($1,000,000.00)per occurrence;
3. Professional liability (errors and omissions) insurance with limits of at
least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000)
annual aggregate is:
X required
is not required;
4. Workers' Compensation insurance in the statutory amount as required by
the State of California and Employer's Liability Insurance with limits of at least one million
dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the
City's Request for Waiver of Workers' Compensation Insurance Requirement form.
19 Revised:1219115
720599J
3. Primary Insurance. For any claims related to this Agreement, Contractor's
insurance coverage shall be primary with respect to the City and its respective elected officials,
officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City
and its respective elected officials, officers, employees, agents, and volunteers shall be in excess
of Contractor's insurance and shall not contribute with it. For Workers' Compensation and
Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and
contribution it may have against City, its elected officials, officers, employees, agents, and
volunteers.
4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required,
and if Contractor provides claims made professional liability insurance, Contractor shall also
agree in writing either(1) to purchase tail insurance in the amount required by this Agreement to
cover claims made within three years of the completion of Contractor's services under this
Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in
the amount required by this Agreement for at least three years after completion of Contractor's
services under this Agreement. Contractor shall also be required to provide evidence to City of
the purchase of the required tail insurance or continuation of the professional liability policy.
5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided
by authorized insurers in good standing with the State of California. Coverage shall be provided
by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class
VII, or better, unless otherwise acceptable to the City.
6. Verification of Coverage. Contractor shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, effecting all of the
coverages required by this Agreement. The certificates and endorsements are to be signed by a
person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be
received and approved by the City before work commences. City reserves the right to require
Contractor's insurers to provide complete, certified copies of all required insurance policies at
any time. Additional insured endorsements are not required for Errors and Omissions and
Workers' Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or(2) an acceptable Certificate of
Liability Insurance Coverage with an approved Additional Insured Endorsement with the
following endorsements stated on the certificate:
I. "The City of Palm Springs, its officials, employees, and agents are named as an
additional insured... " ("as respects City of Palm Springs Contract No. " or "for any and all
work performed with the City"may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects City of Palm Springs Contract No. " or 'for any
and all work performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration
date thereof, the issuing company will mail 30 days written notice to the Certificate Holder
20 Revised:12/9115
720j99.1
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose
no obligation or liability of any kind upon the company, its agents or representative" is not
acceptable and must be crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall contain
the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policies.
All certificates of insurance and endorsements are to be received and approved by the City
before work commences. All certificates of insurance must be authorized by a person with
authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter.
Failure to obtain the required documents prior to the commencement of work shall not waive the
Contractor's obligation to provide them.
7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City prior to commencing any work or
services under this Agreement. At the option of the City, either (1) the insurer shall reduce or
eliminate such deductibles or self-insured retentions with respect to the City, its elected officials,
officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing
payment of losses and related investigations, claim administration, and defense expenses.
Certificates of Insurance must include evidence of the amount of any deductible or self-insured
retention under the policy. Contractor guarantees payment of all deductibles and self-insured
retentions.
8. Severability of Interests (Separation of Insureds). This insurance applies
separately to each insured against whom claim is made or suit is brought except with respect to
the limits of the insurer's liability.
21 Revis d 12/9/15
720599.1
Exhibit "D"
I certify that in the performance of work for which this agreement is issued, I SHALL NOT
EMPLOY ANY PERSON, in any manner so as to become subject to the worker's compensation
laws of California, and I agree that if I should become subject to the worker's compensation
provision of Section 3700 of the Labor Code, I shall for with comply with those provisions.
All work shall be performed from my office in Gilbert Arizona and I certify that I will not perform
any work, nor will there be any motor vehicles used in Palm Springs, California. These
insurance policies will not be provided for this consulting services agreement.
Date: J >>`I �� By: ✓L-
i j
A
Gary A s, P'resident