HomeMy WebLinkAbout04334 - SIMAT HELLIESEN & EICHNER AIRPORT MARKETING Simat, Helliesen & Eichner
Airport Marketing
AGREEMENT #4334 Amend 3
M07334, 7-2-03
AMENDMENT NO. 3 --
AGREEMENT NO. 4334,AIRPORT MARKETING CONSULTING SERVICES
This Third Amendment to Agreement No.4334for contract senrices,(herein"Agreement')made
and entered into this `� �� day of ,�_/ l-- 2003,by and between the CITY OF
PALM SPRINGS,(herein"City")and SIMA-MIELUESEN&EICHNER,INC. (SH&E)(herein
"Contractor")is hereby effective July 2,2003,as follows:
1. Section 2.1 Contract Sum,is hereby amended to reflect that the maximum contract amount
shall not exceed One Hundred Twenty Five Thousand Dollars, ($125,000).
2. Section 5.1 Term, is hereby amended by extending the term through June 30,2004.
3. Exhibit"A"Scope of Services, is hereby deleted in its entirety and replaced as follows:
EXHIBIT
SCOPE OF SERVICES
AIRPORT MARKETINGPADVERTISINGfPUBLICITY CONSULTING SERVICES
Contractor shall provide the following services in Air Service Development&Marketingduring the
term of the Contract:
Number Task
AA Provide Network System analysis to PSP staff specific to on-going carrier analysis,
relevant to Hub system of existing carriers.
A-2 Develop carrier forecasts and presentations for 4 carriers which may consist of the
following— Midwest Express, Frontier, Delta, Horizon, Spirit, Northwest, US
Airways and Jet Blue.
A-3 Provide data analysis on connect markets of existing carriers as it relates to PSP
connections.
A-4 Monitor and report strategic plans and relevant data analysis for other targeted
carriers.
A-5 Provide strategic counsel for regular communications with incumbent and target air
carriers.
A-6 Maintain databases on existing air carrier service performance and benchmark-them
against relevant system averages and comparable communities across the United
States. Such statistics will include load factors,revenue,yield,fare,connect markets
and market growth rates.
A-7 Provide counsel and recommendations on final development and implementation
of Strategic communications plan.
4. Exhibit "B" Schedule of Compensation, is hereby deleted in its entirety and replaced as
follows:
EMIT`B„
SCHEDULE OF COMPENSATION
Contractor shall be compensated as follows:
The Scope of Work, Exhibit"A," lists seven(7)separate tasks to be provided under the contract.
Some tasks have fixed fees,while others are ongoing and shall be compensated under the retainer
fee.
Number Task Cost
A-1 Hub system of existing carriers analysis $20,000
A-2 Forecasts&presentations(5 carriers) $50,000
A-3 Develop forecasts and relevant data on carriers Retainer
As requested during the 12-month period
A-4 Economic forecasts Retainer
A-5 Strategic Counsel for Air Service Retainer
A-6 Develop carrier statistics(revenue,yield) Retainer
A-7 Implementation Strategic Communications Retainer
The retainer shall be as follows:
r/
Monthly(months 1--"))&, � \ $S,OOO.mo
Monthly(months d-12) �� $2,500.mo
Contractor will be compensated monthly based on the above retainer schedule and based on the
percentage of work completed on Tasks A-1,A-2 and A-7. Reimbursables shall be compensated at
cost plus 10%,with all travel by air to be approved in advance, up to a maximum of$10,000,
5. Exhibit"C"Schedule of Performance is hereby added to read as follows:
Exhibit"C"
SCHEDULE OF PERFORMANCE
Time-line:This is a year-long project. Work Item A-2 carrier forecasts and presentation materials
will be completed within 3 weeks of PSP stafFs request as air carrier meetings are scheduled_ Work
Item A-7 shall be completed within the first 5 months of the contract. All retainer compensated
Work shall be performed throughout the term as requested by the City with activities reported in the
monthly report outlined under"deliverables."
Deliverables:Work item A-2 shall include adequate numbers of hard copies of the presentation for
airline attendees and three(3)extra copies to the Airport. Work item A-7 shall include two bound
copies of the plan to the Airport. Monthly reports,including updated statistics shall be provided to
the Airport by the 2Y'of each month for the previous month
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above.
CITY OF PALM SPRINGS
ATTEST: a municipal corporation
y. \ p� By
City Clerk City Manager
APPROVED AS TO FORM:
y
City Attorney
CONTRACTOR: Check one:_Individual_Partnership Corporation
Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice
President:AND B.Secretor rAaa nt Secretary,Treasurer,Assistant Treasurer,or Chief Financial Off -6
By: � By.
Signa re ( tarized) 'Signature (notarized)
Name: '1Z ro \'L �yoo Name: � +I,o�oyl t. 'V`y-U\"
(I
mi Title: 9 C- l" Title: ` (ee v�L\", l
State of (�U-je& q State of 0405'4CJ(l'SE Sq
County JL' L
u2 v'rV Iss County of /M'r/ff 1,9,SC'X Jsrs fMJ
On'f d=-)n2,beforeme, c .rnA,�ti fit,%Uv On(f n26/0 before me,LV�I��n m r)r/�
�g �2� 1
personally appeared �k C�VI't `/�4 CLL�!'(D personally appeared be,bi7 r"� �J/I
personally known to me (or proved 0 me on the basis of personally known to me (or proved to me on the basis of
satisfactory evidence)to be the person(s)whose name(s)is/are satisfactory evidence)to be the person(s)whose name(s)is/are
subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me
that he/she/they executed the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the
person(s)acted,executed the instrument. person(s)acted,executed the instrument.
WITNESS my hand and official pseal. WITNESS my hand an� seal.
Notary Signature:, )�� .}tlLUO--WIlati �jkKkV' Notary Signature:
�Nota,ry Seal: Notary Seal: 'C'
` t �19 1,Farr llv��:.J.�j'�CJ`,f1 �_�^P 1�'P,L'r,C� )I f-''.i�.a==a
Bebi Salaima Allen
Ql ik R'y `.` Notary Pubiio-State of-New
`"^` No. 01AL6063767-
�•� . r�0 ..,,,..: 1
i °• ``C, Oualified in New York County ,
s:('W d My Commission Expires Sept. 10, 2005
Ark �' -- '�� t. F•''`-
-
• simat, Helliensen 6 Eichner
Airport Marketing
AGREEMENT #4334 Amend #2
1407095, 6-19-02
AMENDMENT NO. 2 -----
AGREEMENT NO. 4334, AIRPORT MARKETING CONSULTING SERVICES
This Second Amendment to Agreement No.4334 or contract services,(herein"Agreement")made
and entered into this day of awe 2002, by and between the CITY OF
PALM SPRINGS, (herein"City")and SIMAT, ELLIESEN&EICHNER,INC. (SH&E) (herein
"Contractor") is hereby effective July 1, 2002.
WITNESSETH
WHEREAS SH&E, in partnership with the Airport Staff and the Valley Tourism Industry, has
successfully conducted Air Service Development and Marketing for the Palm Springs International
Airport even in the shadow of the impacts of"9/11"; and
WHEREAS the Airport's 2002-03 air service development goals are to:
• Establish summer east/west jet service without a cash subsidy; and
• Expand summer service to the Pacific Northwest; and
• Establish winter weekend east coast nonstop service; and
• Expand "shoulder" season air service; and
• Reestablish Denver nonstop service; and
• Establish a winter nonstop to the South; and
• Expand inbound seats by 7%.
NOW THEREFORE, the parties heretofor and in consideration of the covenants and agreements
hereinafter contained to be observed and performed, the representative parties DO HEREBY
AGREE TO AMEND THE AGREEMENT AS FOLLOWS:
Section 1. Section 2.1 Contract Sum,is hereby amended to reflect that the maximum fiscal year
2002/03 contract amotmt shall not exceed One Hundred Eighty Thousand Dollars,
($180,000).
Section 2. Section 5.1 Term, is hereby amended by extending the tern through June 30, 2003.
Section 3. Exhibit "A" Scope of Services, is hereby deleted in its entirety and replaced as
follows:
EXHIBIT A
SCOPE OF SERVICES
AIRPORT MARKETING/ADVERTISING/PUBLICITY CONSULTING SERVICES
Contractor shall provide the following services in Air Service Marketing during the term of the
Contract:
Number Task
A-1 Provide a Network System analysis relevant to the hub systems of existing carriers.
Identification of under-served routes and O&D markets not currently served shall be
a high priority in this analysis.
A-2 Develop carrier forecasts and presentations for eight carriers which may consist of
the following— Midwest Express, Frontier, Delta, Horizon, Spirit, Southwest,
SkyWest and Jet Blue.
A-3 Provide data analysis on connect markets of existing carriers as it relates to PSP
connections.
A-4 Develop economic forecasts and relevant data analysis for other targeted carriers.
A-5 Provide strategic counsel to the Airport staff for regular communications with
incumbent and target air carriers.
A-6 Maintain databases on existing air carrier service performance and benclunark them
against relevant system averages and comparable communities across the United
States. Such statistics will include load factors,revenue,yield,fare,comiect markets
and market growth rates.
A-7 Provide counsel and recommendations on marketing packages for targeted carriers
and advertising campaigns.
Contractor shall provide the following services in the areas of advertising and publicity during the
term of the contract.
Number Task
B-1 Working with PSP staff, develop a proactive strategic communications plan.
B-2 Work with PSP staff and its local publicity firm on Web-site integration with overall
marketing program.
B-3 Work with PSP staff on implementation of local marketing plan
B-4 Develop and implement with PSP staff community outreach program to capture
local market leakage
B-5 Continue to work with PSP staff to develop various marketing/advertising materials
to include creative writing, concept development, design, camera ready art work of
Page 2
the marketing pieces.
Section 4. Exhibit`B"Schedule of Compensation,is hereby deleted in its entirety and replaced
as follows:
EXHIBIT `B"
SCHEDULE OF COMPENSATION
Contractor shall be compensated as follows:
The Scope of Work,Exhibit"A," lists twelve(12)separate tasks to be provided under the contract.
Some tasks have fixed fees,while others are ongoing and shall be compensated under the retainer
fee.
Number Task Cost
A-1 Hub system analysis of existing carriers $21,000
A-2 Forecasts &presentations ( 8 carriers ) $68,000
A-3 Develop forecasts and relevant data on carriers Retainer
As requested during the 12-month period.
A-4 Economic forecasts Retainer
A-5 Strategic Counsel for Air Service Retainer
A-6 Develop carrier statistics (revenue, yield) Retainer
A-7 Develop marketing packages (incentives) Retainer
B-1 Strategic communications planning Retainer
B-2 Marketing/web site integration Retainer
B-3 Local marketing plan Retainer
B-4 Local community outreach Retainer
B-5 Development of Marketing materials $20,000
The retainer shall be as follows:
Page 3
Monthly $5,OOO.mo
Contractor will be compensated monthly based on the above retainer schedule and based on the
percentage of work completed on Tasks A-1,A-2 and B-5. Reimbursables shall be compensated at
cost plus 10%, with all travel by air to be approved in advance, up to a maximum of$11,000.
Section 5. Exhibit"C" Schedule of Performance is hereby added to read as follows:
Exhibit"C"
SCHEDULE OF PERFORMANCE
Time-line: This is a year-long project. Work Item A-1 shall be completed in the first 5 months of
the contract and work item A-2 carrier forecasts and presentation materials will be completed within
3 weeks of PSP staff s request as air carrier meetings are scheduled. All retainer compensated work
and work item B-5 shall be performed throughout the term as requested by the City with activities
reported in the monthly report outlined under"deliverables."
Deliverables: Work item A-1 shall include two bound copies of the analysis. Work item A-2 shall
include adequate numbers of hard copies of the presentation for airline attendees and five (5) extra
copies to the Airport. Work item 13-1 shall include two bound copies of the plan to the Airport.
Monthly reports, including updated statistics shall be provided to the Airport by the 10"' of each
month for the previous month. Work item B-5 shall include camera ready art work for the marketing
pieces.
Except as specifically worded herein,all terms and conditions of the Agreement shall remain in full
force and effect and performance of services under the Agreement shall be governed by the
provision\s of the Agreement.
Page 4
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above.
CITY OF PALM SPRINGS
ATTEST: a municipal corporation
Ile
City Clerk City Manager
APPROVED AS TO FORM:
By:
City Attorneys
CONTRACTOR: Check one: Individual_Partnership_Corporation
Corporations requir n d signatures: One from each of the following. A. Chairman of Board,President, or any Vice
President:ANCD .Secretary,Ass tant Secretary,Treasurer,Assistant Treasu
rer,or Chief Financial officer).
By: \ By: �)L�
Sign ture notarized) Signature ((rtdartrized)
�)A Name: V Name: b ( (ow4^ojt, Bebi Salaima Allen
BeN Sakgna Allen �r2S n r Notary Public-State of New York
Title: � e Notary Puhlic-State ditHaw York No. 01AL6063767
a No. 01AL6063767 Qualified in New York County
State of f 1D�� "p Qualfied in New York Cofn 'p q t L , My Commission Expires Sept. 10, 2005
to
county of ;4021 Iss My Commission Expires ccounntty of f J�--lss 9 p
On r Q beforeme, httl 'AbS1CV001l94. 4`t'�"-�u On I B� before me, vyjj 0 q+-��/
� c
�i pp ry p�{' q,��S•�J,,,,p,Os✓,
personally appeared Cl)tiif6. ��(i�M.��)➢tom personally appeared �-"C�ar,t`c�.�� ✓ ^�
personally known to me (o o me on the basis of personally known to me (or proved to me on the basis of
satisfactory evidence)to be the person(s)whose name(s)is/are satisfactory evidence)to be the person(s)whose name(s)is/are
subscribedto the withm instrument and acknowledgedto me that subscribedto the within instrument and acknowledged tome that
he/she/they executed the same in his/her/their authorized he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the
person(s)acted,executed the instrument. person(s)acted,executed the instrument.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: ,,tUje�.m �'�`' ,+`1'-' Notary Signature: ��➢ -
Notary Seal: Notary Seal:
Kok SA;Py City of Palm Springs
Office of the City Clerk
(760) 323-8204
� RRROAAYtR� ,may
RANDUM
Date: July 9, 2002
To: Harold Good—Procurement
From: City Clerk
RE: Simat, Helliensen&Eichner, Inc., Amend 2 A4334
Attached are three copies of the above mentioned Amend 2 on A4334 between Simat,
Helliensen &Eiclmer and the City of Palm Springs, regarding Airport Marketing
Consulting Svcs, approved by City Council on Jame 19, 2002, by MO7095. An original
has been retained for the City's records.
PATRICIA A. SANDERS
City Clerk
Attached
• • Simat, Helliesen ,& Eichner
Airport Marketing
AGREEMENT #4334 Amend 1
R20138 7-18-01
AMENDMENT NO. 1
AGREEMENT NO. 4334, AIRPORT MARKETING CONSULTING SERVICES
This First Amendment to Ag;eement No.4334 or c ntract services,(herein"Agreement")made and
entered into this o % '' / day of Grp , 2001, by and between the CITY OF
PALM SPRINGS, (herein"City")and SIIvIA ,HEtLIESEN&EICHNER,INC. (SH&E) (herein
"Contractor") is hereby effective July 19, 2001, as follows:
1. Section 2.1 Contract Sum, is hereby amended to reflect that the maximum contract amount
shall not exceed One Hundred Thirty-Eight Thousand Five Hundred Dollars, ($138,500).
2. Section 5.1 Term, is hereby amended by extending the term through June 30, 2002.
3. Exhibit "A" Scope of Services, is hereby deleted in its entirety and replaced as follows:
EXHIBIT
SCOPE OF SERVICES
AIRPORT MARKETING/ADVERTISING/PUBLICITY CONSULTING SERVICES
Contractor shall provide the following services in Air Service Marketing during the term of the
Contract:
Number Task
A-1 Counsel the Aviation Director and train Airport Marketing staff in strategic
assessments of specific air carrier routes, including one week(during the month of
September) of onsite training in Contractor's offices.
A-2 Develop carrier forecasts and presentations for three carriers — United, Alaska,
Continental Airlines.
A-3 Develop economic forecasts and relevant data analysis for other targeted carriers.
A-4 Create and implement a time-line for primary research and market data updates.
Conduct the annual update of the ticket lift survey and inbound visitor survey.
A-5 Provide strategic counsel for regular communications with incumbent and target air
carriers.
A-6 Maintain databases on existing air carrier service performance and benchmark them
against relevant system averages and comparable communities across the United
States. Such statistics will include load factors,revenue,yield,fare,connect markets
and market growth rates.
A-7 Provide counsel and recommendations on marketing packages for targeted carriers
and advertising campaign on PSP facilities and rates and charges.
Contractor shall provide the following services in the areas of advertising and publicity during the
term of the contract.
Number Task
B-1 Working with PSP staff, develop a proactive strategic communications plan.
B-2 Provide media training and presentation skills coaching to PSP spokesperson.
B-3 Draft materials for PSP press kit.
B-4 Develop strategy and accompany Aviation Director on editorial board meetings to
introduce a new shift in airport priorities from facilities upgrade to proactive
marketing.
B-5 Work with PSP staff to roll out plan, develop time-line for program elements and
provide ongoing support and counsel.
4. Exhibit `B" Schedule of Compensation, is hereby deleted in its entirety and replaced as
follows:
EXHIBIT `B"
SCHEDULE OF COMPENSATION
Contractor shall be compensated as follows:
The Scope of Work,Exhibit"A," lists twelve(12)separate tasks to be provided under the contract.
Some tasks have fixed fees, while others are ongoing and shall be compensated under the retainer
fee.
Number Task Cost
A-1 Train staff during September in strategic Retainer
assessments of carriers
A-2 Forecasts & presentations (3 carriers) $25,000
A-3 Develop forecasts and relevant data on carriers Retainer
As requested during the 12-month period.
A-4 Update ticket lift& visitor survey Retainer
A-5 Develop communications model to contact Retainer
carriers
A-6 Develop carrier statistics (revenue, yield) Retainer
A-7 Develop marketing packages (incentives) Retainer
B-1 Develop coimnunication plan $7500
B-2 Media training Retainer
B-3 Press kit Retainer
B-4 Editorial Board meetings Retainer
B-5 Ongoing publicity support Retainer
The retainer shall be as follows:
Months 1, 2 & 3 $4500./mo
Months 4, 5 & 6 $4000./mo
Months 7 - 12 $3500.mo
Contractor will be compensated monthly based on the above retainer schedule and based on the
percentage of work completed on Tasks A-2 and B-1. Reimbursables shall be compensated at cost
plus 10%, with all travel by air to be approved in advance, up to a maximum of$10,000.
5. Exhibit"C" Schedule of Performance is hereby added to read as follows:
Exhibit"C"
SCHEDULE OF PERFORMANCE
Time-line: This is a year-long project. Work item A-2 shall be completed within the first four
months of the Notice to Proceed unless carriers are unable to schedule meetings. Work item A-4
shall be completed in the March-April time-franie. Work item B-1 shall be completed in the first
four months of the Contract. All retainer compensated work shall be performed throughout the term
as requested by the City with activities reported in the monthly report outlined under"deliverables."
Deliverables: Work item A-2 shall include adequate numbers of hard copies of the presentation for
' •
airline attendees and five (5) extra copies to the Airport.+ Work item 13-1 shall include two bound
copies of the plan to the Airport. Monthly reports,including updated statistics shall be provided to
the Airport by the 10t" of each month for the previous month. Work item A-4 shall include five
bound copies of the updated "leakage" analysis.
Except as specifically worded herein, all terms and conditions of the agreement shall remain in full
force and effect and performance of services under the agreement shall be governed by the
provisions of this Agreement.
! !
IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of
the date first written above.
ATTEST: CITY OF PALM SPRINGS, CALIFORNIA
By
City Clerk City Manager
APPROVED AS TO FORM:
Cit Att rney
CONTRACTOR:
Simat , Helliesen & Eichner, Inc .
(Check One: individual, partnership,
�Qr -oration)
(NOTARIZED) By:
g lure
���avzs�t me PresI-Lu
Print Name and Title
(NOTARIZED) By:-
Signature
yc C (c)
Print Name and Title I
Mailing Address: One Main Street
Cambrid�e,_MA 02142
(Corporations require two signatures; one from each of the following: A. Chairman of Board,
President,any Vice President;ANDB. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,
or Chief Financial Officer.)
End of Signatures
�� � ;
MASSACHUSETTS ALL-PURPOSE ACKNOWLEDGEMENT
State of Massachusetts
County of Middlesex
On .lulu 27 2001 before me, Evelyn Hinde Notary Public
Name and Title of Officer(e.g,Jane Doe, Notary Public)
personally appeared Deborah Meehan and Tom Ricapito
Names of Signers
personally known to me to be the persons whose names are subscribed to the within instrument
and acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the persons, or
the entity upon behalf of which the persons acted, executed the
instrument.
WITNESS my hand and official seal.
nature_of phary Public
t-L
pALM sA�2 City of Palm Springs
Office of the City Clerk
(760) 323-8204
FAX (760) 322-8332
CL1FOpN\'
MEMORANDUM
Date: August 8, 2001
To: Assistant City Manager-AI Smoot
From: City Clerk
Re: SH & E —Amendment #1 —A4334
Al:
Attached are two copies of the above mentioned amendment between SH & E and the
City of Palm Springs approved by the City Council on July 18, 2001 by Resolution
20138, Please forward one copy to SH & E and retain one copy for your files. I have
forwarded a copy to Finance and retained our necessary copy. Should you have any
questions, please let me know.
Thank you,
Trisha
It F; AA#K,C
• • Simat, Helliesen & Eichner
Airport Marketing Plan Devel
AGREEMCNT #4334
M06786, 1-24-01
CITY OF PALM SPRINGS - ---- - -- - - -- - ---
CONTRACT SERVICES AGREEMENT FOR
AIRPORT MARKETING PLAN DEVELOPMENT
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into
thia day of r1.e , 2001, by and between the CITY OF PALM SPRINGS, a municipal corporation
(herein "City' and SIMAT, HELLIESEN&EICHNER, INC. (SH&E)(herein "Contractor"). (The term
Contractor includes professionals performing in a consulting capacity).
NOW, THEREFORE, the parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all of the terms and conditions of this
Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached
hereto as Exhibit "A" and incorporated herein by reference. Contractor warrants that all work and services
set forth in the Scope of Services will be performed in a competent, professional and satisfactory manner.
1.2 Compliance With Law. All work and services rendered hereunder shall be
provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any
Federal, State or local governmental agency of competent jurisdiction.
1.3 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost
and expense such licenses, permits and approvals as may be required by law for the performance of the
services required by this Agreement.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor
shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "B"
and incorporated herein by this reference,but not exceeding the maximum contract amount of Forty-Nine
Thousand Five Hundred Dollars ("Contract Sum").
2.2 Method of Payment. Provided that Contractor is not in default under the terms of
this Agreement, Contractor shall be paid as outlined in Exhibit "B", Schedule of Compensation.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. Christina Cassotis is hereby designated as being the
principal and representative of Contractor authorized to act in its behalf with respect to the work and
services specified herein and make all decisions in connection therewith.
3.2 Contract Officer. City Manager is hereby designated as being the representative
the City authorized to act in its behalf with respect to the work and services specified herein and make all
decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to
designate another Contract Officer by providing written notice to Contractor.
Alealde&Fey SF agreemenl.agr.wpd
3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract
with any entity to perform in whole or in part the work or services required hereunder without the express
written approval of the City. Neither this Agreement nor any interest herein may be assigned or
transferred, voluntarily or by operation of law, without the prior written approval of City. Any such
prohibited assignment or transfer shall be void.
3.4 Independent Contractor. Neither the City nor any of its employees shall have any
control over the manner, mode or means by which Contractor, its agents or employees, perform the
services required herein, except as otherwise set forth. Contractor shall perform all services required
herein as an independent contractor of City and shall remain under only such obligations as are consistent
with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or
employees are agents or employees of City.
4.0 INSURANCE AND INDEMNIFICATION
4.1 Insurance. The Contractor shall procure and maintain, at its sole cost and
expense, in a form and content satisfactory to City, during the entire term of this Agreement including any
extension thereof, the following policies of insurance:
(a) Comprehensive General Liability Insurance. A policy of comprehensive
general liability insurance written on a per occurrence basis in an amount not less than either (i)
a combined single limit of$1,000,000.00 or (ii) bodily injury limits of$500,000.00 per person,
$1,000,000.00 per occurrence and$1,000,000.00 products and completed operations and property
damage limits of$500,000.00 per occurrence. If the Contract Sum is greater than $500,000.00,
the policy of insurance shall be in an amount not less than $5,000,000.00 combined single limit.
(b) Worker's Compensation Insurance. A policy of worker's compensation
insurance in such amount as will fully comply with the laws of the State of California and which
shall indemnify, insure and provide legal defense for both the Contractor and the City against any
loss, claim or damage arising from any injuries or occupational diseases occurring to any worker
employed by or any persons retained by the Contractor in the course of carrying out the work or
services contemplated in this Agreement.
(c) Automotive Insurance. A policy of comprehensive automobile liability
insurance written on a per occurrence basis in an amount not less than either (i) bodily injury
liability limits of$500,000.00 per person and$1,000,000.00 per occurrence and property damage
liability limits of$250,000.00 per occurrence and $500,000.00 in the aggregate or (ii) combined
single limit liability of$1,000,000.00. Said policy shall include coverage for owned, non-owned,
leased and hired cars.
(d) Additional Insurance: Policies of such other insurance, including Professional
Liability Insurance, as may be required in the Scope of Services, Exhibit "A".
All of the above policies of insurance shall be primary insurance and shall name the City, its
officers, employees and agents as additional insureds, except that the City shall not be named as an
additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The
insurer shall waive all rights of subrogation and contribution it may have against the City, its officers,
employees and agents and their respective insurers. All of said policies of insurance shall provide that said
insurance may not be amended or canceled without providing thirty (30) days prior written notice by
registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor
shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section
• 0
4.1 to the Contract Officer. No work or services under this Agreement shall commence until the
Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing
the above insurance coverages and said Certificates of Insurance or binders are approved by the City.
The Contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in
any way the extent to which the Contractor may be held responsible for the payment of damages to any
persons or property resulting from the Contractor's activities or the activities of any person or persons for
which the Contractor is otherwise responsible.
The insurance required by this Agreement shall be satisfactory only if issued by companies
qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide,
The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or
better, unless such requirements are waived by the City Manager or designee of the City due to unique
circumstances.
4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and
employees against, and will hold and save them and each of them harmless from, any and all actions, suits,
claims,damages to persons or property,losses,costs,penalties, obligations,errors,omissions or liabilities,
including paying any legal costs, attorneys fees, or paying any judgment(herein "claims or liabilities")that
may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent
performance of the work or services of Contractor, its agents, employees, subcontractors, or invitees,
provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising
from Contractor's negligent performance of or failure to perform any term, provision, covenant or
condition of this Agreement, but excluding such claims or liabilities to the extent caused by the negligence
or willful misconduct of the City.
5.0 TERM
5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this
Agreement shall continue in full force until June 30, 2001.
5.2 Termination Prior to Expiration of Term. Either party may terminate this
Agreement at any time, with or without cause, upon thirty (30) days' written notice to the other party.
Upon receipt of the notice of termination, the Contractor shall immediately cease all work or services
hereunder except as may be specifically approved by the Contract Officer. In the event of termination by
the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness
of the notice of termination and for such additional services specifically authorized by the Contract Officer
and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered.
6.0 MISCELLANEOUS
6.1 Covenant Against Discrimination. Contractor covenants that,by and for itself, its
heirs, executors, assigns and all persons claiming under or through them, that there shall be no
discrimination against or segregation of, any person or group of persons on account of race, color, creed,
religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor
shall take affirmative action to ensure that applicants are employed and that employees are treated during
employment without regard to their race, color, creed, religion, sex, marital status, national origin or
ancestry.
6.2 Non-liability of City Officers and Employees. No officer or employee of the City
shall be personally liable to the Contractor, or any successor in interest, in the event of any default or
• •
breach by the City or for any amount which may become due to the Contractor or to its successor, or for
breach of any obligation of the terms of this Agreement.
6.3 Conflict of Interest. No officer or employee of the City shall have any financial
interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to the Agreement which effects his financial interest or the financial interest of any
corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any
State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give
any third party any money or other consideration for obtaining this Agreement.
6.4 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person shall be
in writing and either served personally or sent by prepaid, first-class snail, in the case of the City, to the
City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743,
Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated
on the execution page of this Agreement.
6.5 Inter retation. The terms of this Agreement shall be construed in accordance with
the meaning of the language used and shall not be construed for or against either party by reason of the
authorship of this Agreement or any other rule of construction which might otherwise apply.
6.6 Integration: Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and
all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and
none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual
consent of the parties by an instrument in writing.
6.7 Severability. In the event that part of this Agreement shall be declared invalid or
unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or
unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared
as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid
provision is so material that its invalidity deprives either party of the basic benefit of their bargain or
renders this Agreement meaningless.
6.8 Waiver. No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A
party's consent to or approval of any act by the other party requiring the party's consent or approval shall
not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent
act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other
default concerning the same or any other provision of this Agreement.
6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend
or made a party to any action or proceeding in any way connected with this Agreement, the prevailing
party in such action or proceeding, in addition to any other relief which may be granted, whether legal or
equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment.
6.10 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to
execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party
is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not
violate any provision of any other Agreement to which said party is bound.
IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date
first written above.
CITY OF PALM SPRINGS,
a municipal corporation
ATTEST: City Manager
(Check one: _Individual _Pa- rship
Corporatiot
City Clerk
CONT TO
APPROVED AS TO FORM: l�
E i By: ar
5igna re ( otize��,
Q4L�
t Attorney Print Name & Title
By:_
Signature (Notarized)ntL 1ff' O
Print ame & Title
Mailin Address:- SIa�-f—
(Corporations require two signatures: One from each of the
Following: A. Chairman of Board, President, any Vice ' END OF
President: AND B. Secretary, Assistant Secretary,
Treasurer,Assistant Treasurer,or Chief Financial Officer). SIGNATURES)
J
MASSACHUSETTS ALL-PURPOSE ACKNOWLEDGEMENT
State of Massachusetts
County of Middlesex
On Jan.30.2001 before me, Evelyn Hinde•Notary Public
Name and Title of Officer(e.g.Jane Doe,Notary Public)
personally appeared Deborah Meehan and Tom Ricaoito
Names of Signers
personally known to me to be the persons whose names are subscribed to the within instrument and
acknowledged to me that they executed the same in their authorized
capacities, and that by their signatures on the instrument the persons, or
the entity upon behalf of which the persons acted, executed the
instrument.
WITNESS my hand and official seal.
ignattire of Notary Public/
EXHIBIT A
SCOPE OF SERVICES
FOR AIRPORT STRATEGIC MARKETING PLAN DEVELOPMENT
AT PALM SPRINGS INTERNATIONAL AIRPORT
Contractor's proposed scope of services consists of several tasks that are meant to:
❑ Study the current air service at Palm Springs International Airport,identify gaps in that service and
make recommendations as to how those gaps might be filled;
❑ Recommend steps to attract prospective new carriers to the airport which would enhance air service
at Palm Springs;
❑ Assess the current advertising and marketing programs carried out by the Airport and other interested
parties promoting the use of Palm Springs International Airport and recommend steps to maximize
the airport's use of advertising and marketing funds;
❑ Examine the current and potential cargo market at Palm Springs to assess how the Foreign Trade
Zone designation recently received by the City can best be utilized;
❑ Assess the current US Customs Facility operation,as well as the potential for international air service
(both scheduled and charter) at Palm Springs and recommend steps to maximize the efficiency of
a Federal Inspection Service facility; and
❑ Inventory the airport's vacant land,assess the City's economic development goals and the airport's
plan for future infrastructure development and recommend steps for marketing the airport's vacant
land.
The work plan is described below, followed by a detailed outline of each of the tasks.
Tasks 1 and 2
The first part of the study deals with the assessment of historic and current air services at Palm Springs.
Tasks 1 and 2 relate mainly to the compilation of a statistical data base needed to establish and analyze trends
and identify markets that are either under-served or not served at all and that could potentially support
nonstop or direct flights. This baseline assessment is needed to measure Palm Springs' air service levels and
performance.
Task 1 reviews the definition of Palm Springs International Airport's market area and how it relates to other
more distant airports which potentially draw traffic from the Palm Springs market area. Socioeconomic data,
including population, personal income (or effective buying income), employment, and other available
measures of size and economic activitywill be compiled. Economic projections relating to Palm Springs will
be reviewed and considered relative to future traffic growth.
Task 2 involves the compilation of a comprehensive database of traffic and service information. For most
of the indicated measures,the data will cover a ten-year period.
Tasks 3 and 4
Tasks 3 and 4 relate to an understanding ofthe true PSP O&D traveler through a travel agency ticket lift and
the possibility of an inbound hotel visitor survey, an assessment of potential airline service improvements
at Palm Springs and the development of a marketing strategy for increased air services. Task 3 will assess
the current services provided by the incumbent airlines serving Palm Springs and how these services fit each
carrier's overall route development strategy.
0
Identification of under-serviced routes will occur in Task 3. Significant attention will be placed on the top
Palm Springs O&D markets not served on a nonstop basis. A hub screening process will be performed,
which will be used to identify under-served connecting hub markets.
The role of regional jets will also be analyzed and how they could potentially be leveraged at Palm Springs.
Regional jets are having a profound impact on the aviation industry and Palm Springs can only benefit from
the new technology.
The analysis conducted in this Task will focus on the steps necessary for PSP to gain realistic service
developments. Contractor will indicate the areas of Palm Springs' air services which have the greatest need
for improvement and recommend specific strategies for air service development.
Tasks 5 through 8
Tasks 5 through 8 are meant to study and analyze the current and past conditions of PSP's efforts to market
the Foreign Trade Zone,the airportthrough formal advertising and marketing programs,the Customs Facility
and vacant land at the airport. In each of these tasks, Contractor will conduct an analysis of the current
environment and seek to gather the information necessary to create an effective marketing strategy forthe
future.
Task 9
In Task 9, Contractor will prepare a final formal document as the deliverable. The technical document will
be a GBC-bound portrait-style document in narrative form with appropriate visuals (charts, graphs, tables,
media plans,etc.)included. All of Contractor's work effort will be documented and presented in either the
technical document or its appendix. Contractor will submit the document to City for draft review and review
again after initial editing. Contractor will create a PowerPoint presentation which will also serve as the
executive summary. City will have final sign-off authority on the Executive Summary as well as the
Technical Document.
Task 1: Analysis of the Palm Springs Service Area
❑ Definition of the Palm Springs Service Area
— Primary and Secondary Market Area
— Location/Service Overlap with Other Airports
❑ Analyze Key Drivers of Air Travel Demand
— Population and Income
— Levels, Trends, Geographic Distribution
— Industrial Activity/Employment
— Major Employers
— Tourism/Visitor Industry
❑ Access Outlook for Population and Economic Growth
Comparison to State, Regional and National Averages and Trends
0 i
Task 2: Analysis and Profile of Palm Springs' Air Travel Market
❑ Review Palm Springs' Air Passenger Growth Trends and Historic Activity
— Enplanements
— O&D Passengers
— Principal Routings (Single Plane, Connecting Points, etc.)
— Airline Load Factors
— Airline Market Shares, by Market/Region
❑ Assess Significant Changes in Air Service Levels
— Number of Flights and Seats(Regional and Jet)
— Number of Markets Served
— Competition Among Carriers
— Key Competitive Factors
❑ Conduct Leakage Study to Determine True O&D Pattern of PSP Traveler
❑ Conduct Hotel Study to Determine O&D Pattern of PSP Inbound Passenger With
Cooperation from CVA and Hotel Groups (if cooperation isn't available or possible,
Contractor will rely on outbound leakage patterns from the travel agency survey)
❑ Conduct Business Survey in Conjunction with Convention and Visitors Bureau to Assess
Business Travel Patterns
Task 3: Assess Potential New Air Services at Palm Springs
❑ Assessment of Existing Services and New Service Possibilities for Palm Springs' Existing
Carriers - Carrier by Carrier Review
❑ Evaluate Performance/Adequacy of Existing Services in Contest of:
Carriers' Hub Structures and Fleets
— Current Load Factors
— Expected Growth
❑ Identify Under-served Routes
❑ Assess Role of the Regional Jet
❑ Determine Carrier Strategies
❑ Identify Potential Carriers
Task 4: Develop Strategy for PSP to Increase Air Services
❑ Summarize Findings and Recommendations of Market Research
❑ Present Findings of Market and Air Service Development Study to Palm Springs
International Airport Management,staff and commissioners,as deemed appropriate by the
City Manager
— Palm Springs' Strengths and Weaknesses
❑ Recommended Steps for Air Service Marketing
0
Prospective Carriers
Markets and/or Market Areas
Task 5: Analysis of the PSP Cargo Market and Potential Cargo Market
❑ Gather Background Information Regarding City's Application and Intent of FTZ
❑ Review Work to Date of City Consultant
❑ Determine FTZ Efforts of Other Southern California Airports
❑ Assess PSP Potential Cargo Market
❑ Create Strategic Plan for Successful FTZ
Task 6: Analysis of PSP's Advertising and Marketing Programs
❑ Review Recent PSP Media and Advertising Plans
❑ Conduct On-Site Interviews with Key Advertising and Marketing Players inthe Community
and at the Airport
❑ Review Inbound Tourism and Outbound O&D Passenger Research Data
❑ Create Strategic Plan for Future Advertising and Marketing Programs
Task 7: Analysis of Customs Facility Potential
❑ Analyze Potential for Scheduled and Charter Passenger and Cargo Traffic
❑ Conduct hrterviews with Customs Officer and Airport Representatives
❑ Create Strategic Plan for Marketing PSP US Customs Facility
Task 8: Analysis of Vacant Land Potential
❑ Review Existing Master Plan
❑ Conduct Discussions with Airport Representatives and CityEconomic Development Officer
to Determine Goals and Objectives for PSP Vacant Land in the Contest of Overall City
Economic Development
❑ Review Recent Airport Inventory of Vacant Land
❑ Create Strategic Plan for Marketing Vacant Land
Task 9: Draft and Final Documentation and Presentation
❑ Draft Technical Document of Research, Data Sources, Analyses, Next Steps and
Recommendations for Review by City
❑ Draft Executive Summary PowerPoint Presentation for Review by City
❑ Edit Draft Document and Submit Final Document for Review by City
❑ Create 15 Copies of Final Technical Document; PowerPoint Screen Show (Executive
Summary)and 25 Hard Copies of PowerPoint Presentation
❑ Present Findings to City and Other Invited Guests
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Contractor shall be compensated as follows:
The Scope of Work includes nine (9) Tasks which have been assigned values as follows:
Task Items Cost
Task 1 - 4 Air Service Development $22,520
Task 5 Foreign Trade Zone Analysis 5,740
Task 6 Advertising and Marketing Analysis 5,988
Task 7 Customs Analysis 3,660
Task 8 Vacant Land Analysis 2,040
Task 9 Final Documentation 6,184
TOTAL COST $46,132
Contractor will be compensated on a monthly basis based upon the percentage of work completed
in each task. Reimbursables will be compensated at cost plus 10%up to a maximum of$3818.
Time line: Project shall be complete within one hundred twenty calendar days of the Notice to
Proceed.