Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT10-002 BNP Associates Inc. AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
EAGLE COUNTY AIR TERMINAL CORPORATION
AND
BNP ASSOCIATES, INC.
FOR
DESIGN SERVICES AND CONSTRUCTION MANAGEMENT RELATED
TO
EAGLE COUNTY REGIONAL AIRPORT CHECKED BAGGAGE INSPECTION SYSTEM
THIS AG' EMENT for Professional Services ( "Agreement ") is made and entered into effective as
of the 14 1 • ay of August, 2010 by and between BNP Associates, Inc. a Connecticut Corporation
( "Consultant ") and Eagle County Air Terminal Corporation, a Colorado non -profit corporation
( "Owner ").
RECITALS
•
WHEREAS, Owner has sought a grant from the Department of Homeland Security Transportation
Security Administration ( "TSA ") for the implementation of a Checked Baggage Inspection System
• ( "CBIS "); and
WHEREAS, Owner has or will enter into an Other Transaction Agreement with TSA for the CBIS
and will require assistance with design, engineering, management of construction and submission of
invoices for reimbursement through TSA; and
WHEREAS, Consultant has represented that it has the expertise and skill to assist with design of the
CBIS and related improvements, and to manage construction of the Project as set forth herein.
AGREEMENT
NOW THEREFORE, based upon the above •recitals and consideration set forth herein the parties
agree as follows:
1) Services.
(a) Consultant agrees to furnish all services, labor, personnel and materials necessary to perform
and complete the services described in Exhibit A ( "Services ") in connection with the Baggage
Screening Project for the Eagle County Airport ( "Project ") located in Gypsum, Colorado. If no
completion date is specified in Exhibit A, Consultant agrees to furnish the Services in a timely
and expeditious manner consistent with the applicable professional standard of care. In the event
of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the
terms and conditions set forth in this Agreement, the terms and conditions set forth in this
Agreement shall prevail. Consultant further represents and warrants the Services shall comply •
with any and all applicable laws, codes, rules and regulations. In the event the Services relate to
property owned by other federal, state or local governmental entities, or a public utility or other
third party, Consultant agrees to comply with any additional tei*is I conditions required by
Int{i t
Consultant Owner
1
•
-
applicable laws, codes, rules and regulations.
(b) All Services or Additional Services performed by Consultant pursuant to this Agreement shall
be accomplished in accordance with CBIS design(s) endorsed by TSA, with TSA Planning
Design Guidelines and Design Standards (PGDS) ' Version 3.0 found at:
http :www.tsa.gov /research/checked baggage_material.shtm, as applicable and in accordance with
the Airport Building Standards and Criteria.
(c) All Services or Additional Services performed by Consultant shall performed as required
under the Other Transaction Agreement Between Department of Homeland Security
Transportation Security Administration (TSA) and Owner for Checked Baggage Inspection
System for Eagle County Regional Airport including all exhibits and appendices to that
agreement which is attached hereto as Exhibit D.
2) Compensation.
Owner shall compensate Consultant for the performance of the Services in a sum computed and
payable in the manner set forth in Exhibit B ( "Compensation "). Exhibit B shall also set forth any
Out -of- Pocket Expenses reasonably anticipated to be incurred by Consultant, which are to be
reimbursed (without any additional mark -up thereon) by Owner in addition to Compensation.
"Out -of- Pocket Expenses" shall not include any payment of salaries, bonuses or other
compensation to personnel of Consultant). Consultant shall not be reimbursed for expenses that
are not set forth on Exhibit B unless specifically approved in writing by Owner. The
Compensation agreed to and set forth in Exhibit B and any subsequent approved compensation
for Additional Services as set forth in any Exhibit C (to be hereafter approved pursuant to
Paragraph 3 below), shall be paid by Owner in monthly progress payments equal to the total work
performed by Consultant. An application for payment shall cover a calendar month beginning on
the 1st of the month and ending on the last day of the month. An application for payment shall be
submitted to Owner by Consultant by the 15 of the month following the month in which the
Services are rendered and shall be accompanied by invoices or other documentation as may be
required by Owner, and such other documentation as may be required by TSA or other
government agencies processing invoices for payment or reimbursement to Owner, if any, and as
may be required by Owner. Consultant payment shall be paid within thirty days of receipt of an
invoice provided that all of Consultant's complete invoices and insurance certificates on file with
Owner are current. Original invoices with accompanying support documentation should be
forwarded to: Chris Anderson, Terminal Manager, Eagle County Airport, Post Office Box 850,
Eagle, CO 81631; Chris.Anderson@eaglecounty.us with a copy to Cindy Preytis, Eagle County
Building, P.O. Box 850 Eagle, CO 81631; Cindy.Preytis@eaglecounty.us. •
3) Additional Services.
Any services in addition to the Services ( "Additional Services ") shall be performed by Consultant
only after approval of Owner and TSA. Orders for Additional Services shall be on the form
attached hereto as set forth in Exhibit C and shall be approved by TSA, acknowledged by Owner
and Consultant in writing, prior to any such work identified as Additional Services is performed
by Consultant. Failure by Consultant to obtain written authoriz 's acrd acknowledgement by
Owner and TSA for Additional Services shall result in non -pa + !for any such Additional
onsultant Owner
2
Services or work performed. Except as otherwise agreed in writing by Consultant and Owner, all
Additional Services shall be subject to the terms and conditions of this Agreement. Owner may
also by written notice to Consultant make any reasonable reductions to the scope of the Services
and the compensation payable to Consultant shall be reduced in a fair and reasonable amount on
account thereof.
4) Assignment & Sub - consultants.
Consultant acknowledges that Owner has entered into this Agreement in reliance upon the
particular reputation and expertise of Consultant. Consultant shall not enter into any sub -
consultant agreements for the performance of any of the Services or Additional Services without
Owner's prior written consent, which may be withheld in Owner's sole discretion. Owner shall
have the right in its reasonable discretion to approve all personnel assigned to the subject Project
during the performance of this Agreement and no personnel to whom Owner has an objection, in
its reasonable discretion, shall be assigned to the Project. Consultant shall require each sub -
consultant, as approved by Owner and to the extent of the Services to be performed by the sub -
consultant, to be bound to Consultant by the terms of this Agreement, and to assume toward
Consultant all the obligations and responsibilities which Consultant, by this Agreement, assumes
toward Owner. Owner shall have the right (but not the obligation)- to enforce the provisions of this
Agreement against any sub - consultant hired by Consultant and Consultant shall cooperate in such
process.
5) Insurance. •
Unless otherwise agreed to in writing by Owner, Consultant agrees to provide and maintain, at
Consultant's sole cost and expense, the following insurance coverages:
a) Types of Insurance.
i) Workers' Compensation, with policy limits as required by law, and Employers Liability
Coverage, with policy limits of $1,000,000 each accident for Bodily Injury by Accident;
$1,000,000 each employee for Bodily Injury by Disease; and $1,000,000 policy limit for
Bodily Injury by Disease.
ii) Commercial Auto Coverage, with limits of not less than $2,000,000 each accident
combined Bodily Injury and Property Damage Liability insurance, including coverage for
owned, hired, and non -owned vehicles and shall list as additional insureds Owner, Eagle
County and any other persons and entities Owner shall designate.
iii) Commercial General Liability, on the current ISO "occurrence" type commercial
general liability form, with limits of liability of not less than $2,000,000 per occurrence;
$2,000,000 for bodily injury and property damage liability; $2,000,000 for personal injury
and advertising injury liability; and $2,000,000 in annual aggregate limits. The policy
shall provide products - completed operations coverage, blanket contractually assumed
liability coverage with the employee exclusion deleted. The policy shall list as additional
insureds Owner, Eagle County and any other persons and 1 R ties Owner shall designate.
L
C+nsultant Owner
3
iv) Professional Liability (Errors and Omissions) Insurance, with prior acts coverage for
all Services and Additional Services required hereunder, in a form and with insurer or
insurers satisfactory to Owner, with limits of liability of not less than $1,000,000 per
claim and $1,000,000 in the aggregate.
v) Additional Insured. Additional Insured referred to herein shall include Owner, Eagle
County, their respective successors and assigns, and persons and entities that Owner shall
designate.
b) Other Requirements.
i) Consultant shall maintain the foregoing coverage in effect until the Services and
Additional Services are completed. In addition, to the extent commercially available at
reasonable rates, all such policies shall be kept in force by Consultant until the
applicable statute of limitations for professional liability and construction defect claims
for the Project have expired.
ii) All policies must contain an endorsement affording an unqualified thirty (30) days' notice
of cancellation to Owner in the event of cancellation of coverage.
iii) All policies must be written by insurance companies whose rating in the most recent
• Best's rating guide is not less than A- (VII). If any non - admitted (surplus or excess lines)
insurer is used to provide any of the above policies, the policy must include an
endorsement restricting the insurer's right to cancel the policy to the following -
circumstances after it has been in effect for sixty (60) days: (i) non - payment of premium;
or (ii) discovery of fraud or material misrepresentation in the application for insurance.
iv) Certificates of Insurance with the required endorsements evidencing the coverage must be
delivered to Owner prior to commencement of any Services under this Agreement and
must be provided on an annual basis commencing on the first (1 anniversary of the -
policy year and continuing thereafter, or at any time within fifteen (15) days after request
therefor by Owner or an additional insured. Notwithstanding any other provision hereof,
Consultant shall provide Owner a complete copy of any policy of insurance required
hereunder within five (5) business days of a written request from Owner, and hereby
. authorizes Consultant's brokers, without further notice to or authorization by Consultant,
to immediately comply with any written request of Owner for a complete copy of any
policy required hereunder.
v) If Consultant fails to secure and maintain the insurance required by this Agreement and
provide satisfactory evidence thereof to Owner, Owner shall be entitled to terminate this
Agreement upon reasonable notice.
vi) Consultant's insurance shall be primary and the provisions of this Paragraph 5 shall
survive termination of this Agreement.
1\r\LO
Consultant Owner
4
6) Indemnification.
To the fullest extent permitted by law, including where applicable, Colorado Revised Statutes
Section 13- 21- 111.5, as the same may be amended from time to time, Consultant agrees to
indemnify, defend and hold harmless Owner, Eagle County and its officers, directors, agents and
employees (collectively, "Owner Indemnitees ") from and against any and all claims, demands,
losses, liabilities, damages, fines, penalties, costs, expenses including, but not limited to,
reasonable attorneys' fees and costs ( "Claims ") to the extent actually or allegedly caused by or
attributable to (in whole or in part), the negligent performance of the Services (including any
Additional Services) provided by Consultant and its agents, employees, sub - consultants and/or
suppliers, and/or any negligent or otherwise wrongful statement, act or omissions of Consultant or
any person or entity under Consultant's control, including infringement of any patent, trademark,
copyright or other property right.
a) Consultant's duty to indemnify Owner Indemnitees shall not apply to liability for damages arising
out of bodily injury to persons or damage to property caused by or resulting from the sole
negligence of Owner or its agents or employees (which shall not include Consultant or its sub -
consultants). Entitlement to recovery of defense costs shall include fees (of attorneys,
consultants, expert witnesses, and others), costs and expenses incurred in good faith. In addition,
Owner shall be entitled to recover compensation for all of its in -house expenses (including
materials and labor) consumed in its defense.
b) The indemnity and hold harmless provisions of this Agreement shall survive expiration or
termination hereof and shall include, but are not limited to, all claims against Owner by any
employee of former employee of Consultant, and Consultant hereby waives all immunity and
limitation on liability of any industrial insurance act, including the provisions of the Colorado
Workers' Compensation Act, as now or hereafter amended, or other workers' compensation act,
disability benefit act, or any other employee benefit act of any jurisdiction which would otherwise
be applicable in case of such claim, but such waiver is not intended to and shall not be construed
or interpreted as applying or benefiting any person, except Owner. Owner and Consultant hereby
certify and agree that the indemnity and hold harmless provisions of this Agreement have been
freely and mutually negotiated.
7) Ownership of Documents. All documents prepared by Consultant in connection with
Consultant's performance under this Agreement shall become the property of Owner and
Consultant shall execute written assignments to Owner of all rights (including common law,
statutory, and other rights, including copyrights) to the same as Owner shall from time to time
request. For purposes of this paragraph, the term "documents" shall mean and include all reports,
plans, studies, tape or other electronic recordings, drawings, sketches, estimates, data sheets,
maps and work sheets produced, or prepared by or for Consultant (including any employee or
subcontractor.in connection with the performance of the Services and Additional Services under
this Agreement).
•
Consultant Owner
5
•
8) Notices.
All notices or other communications made pursuant hereto shall be in writing and shall be
deemed properly delivered, given or served (i) when personally delivered, or (ii) two (2) calendar
days after being deposited in the United States mail, certified or registered, postage prepaid,
return receipt requested, (iii) when delivered by FedEx or other comparable courier service,
charges prepaid, to the parties at their respective addresses listed below their signatures, or (iv)
when sent via facsimile transmission so long as the sending party can provide a facsimile machine
confirmation showing the date, time, and receiving facsimile number for the transmission. Either,
party may change its address for the purposes of this paragraph by giving five (5) days prior
written notice of such change to the other party.
Owner: Eagle County Air Terminal Corporation
Attention: Chris Anderson, Terminal Manager
P.O. Box 850
Eagle, CO 81631
Telephone: (970) 328 -2680
Facsimile: (970) 328 -2687
E -mail: chris.anderson @eaglecounty.us
With a copy to:
Eagle County Attorney's Office
P.O. Box 850
500 Broadway
Eagle, CO 81631
Consultant: BNP Associates, Inc
Attention: Calvin P. Trudeau, Project Director
Telephone: (720)374 -4930
Facsimile: (720)374 -4929
E -mail: ctrudeau @bnpassociates.com
9) Coordination.
a) Consultant acknowledges that the development and processing of the work for the Project may
require close coordination between various consultants. Consultant shall coordinate the Services
required hereunder with the other consultants that are identified by Owner to Consultant from
time to time, and Consultant shall immediately notify such other consultants, in writing, of any
changes or revisions to Consultant's work product that might affect the work of other consultants
providing services for the Project and concurrently provide Owner with a copy of such
notification. Consultant shall not knowingly cause other consultants extra work without
obtaining prior written approval from Owner and TSA. If such prior approval is not obtained,
Consultant shall be subject to any offset for the costs of such extra work. Owner shall provide
Consultant with legal access to the Project site as required by Consultant to perform and complete
the Services. Such access should be verified in advance by .onsultant with Owner prior to
Consultant Owner
• 6
entering the property.
b) Owner appoints Owner's Representative to act for Owner and Consultant appoints Consultant's
Representative to act for Consultant in all matters covered by this Agreement. All inquiries,
requests, instructions, authorizations and other communications with respect to the matters
covered by this Agreement will be made to Owner's Representative or Consultant's
Representative, as the case may be. Either party may change its Representative under this
Agreement at any time by giving at least five (5) days' prior written notice of such change to
the other party.
Owner's Representative: Chris Anderson, Terminal Manager
Consultant's Representative: Calvin P. Trudeau, Project Director
10) Termination & Suspension.
a) If either party to this Agreement fails to substantially perform in accordance with the terms,
covenants and conditions of this Agreement or is otherwise in default of any of the terms of this
Agreement (the "Defaulting Party "), then the non- defaulting party, after giving seven (7) days'
notice to the Defaulting Party of the alleged default, and upon the Defaulting Party's failure to
cure said breach within said seven (7) days, may initiate the dispute resolution process outlined in
Paragraph 11) below. However, Consultant shall continue to provide the Services in a timely and
expeditious manner during all disputes, actions or claims that are subject to Paragraph 11) below,
unless this Agreement is terminated under Subparagraphs (b) or (c) below (or as otherwise agreed
between Consultant and Owner in writing).
b) Notwithstanding Subparagraph a above Ow e
n r may terminate this Agreement g (a) ment at any time and
Y r
�' Y
for any reason with seven (7) calendar days' prior written notice to Consultant. On termination of
this Agreement by Owner under this paragraph, Owner shall pay to Consultant as payment in full
for all labor, work and services performed, all materials supplied, and expenses incurred by
Consultant as follows: (i) the agreed compensation for all Services and approved Additional
Services actually performed by Consultant under this Agreement up to the effective date of
termination, plus (ii) the amount of all reimbursable expenses (i.e., expenses for which Owner has
agreed to reimburse Consultant as set forth in Exhibit B) incurred by Consultant up to the
effective date of termination for which Owner had not yet reimbursed Consultant before the
effective date of termination. Concurrent with Consultant's receipt of such payment, Consultant
shall sign and deliver to Owner true and complete copies of Consultant's work product and final
unconditional lien release(s) of all lien rights for itself and any person, firm or entity with whom it
has contracted for the performance of the Services (including any Additional Services) hereunder.
As used herein, the "effective date of termination" shall be that date which is seven (7) calendar
days after Consultant's receipt of the notice of termination.
c) Notwithstanding Subparagraphs (a) and (b) above, if Owner, through no fault of Consultant, fails
to pay Consultant within ten (10) days after the date established for payment under this
Agreement, Consultant shall have the right to terminate this Agreement upon seven (7) additional
days written notice to Owner and Owner's failure to cure said I each within the seven (7) day
cure period. In the event of termination by Consultant, the "effec - of termination" shall be
1,•
Consultant Owner
7
that date which is seven (7) day days after Owner's receipt of the notice of termination.
11) Mediation and Litigation. All claims, disputes and other matters in question between Owner
and Consultant shall, in the first instance, be subject to non- binding mediation. Either party may
notify the .other of a claim or dispute. Within fifteen thr rf n I S days after the delivery - P ( ) Y rY of such
notification, the parties shall appoint a mutually acceptable mediator, and in the event they are
unable to agree upon such a mediator, a neutral mediator shall be appointed by JAMS Colorado
Office of Dispute Resolution. Within thirty (30) days following the appointment of the mediator,
the parties shall participate, in good faith, in mediation proceedings before the appointed mediator
to attempt to resolve their claims and disputes. The cost of the mediator shall be borne equally by
both parties. Owner and Consultant further agree to cooperate fully with the appointed
mediator's attempt to resolve the claim or dispute, and also agree that litigation may not be
commenced by either party for a period of sixty (60) calendar days from notice of claim or
dispute, provided, however, that the other party is proceeding in good faith with the mediation
process. This mediation provision may be asserted by either party as grounds for staying such
litigation until good faith efforts to mediate have been made, but in no event longer than the
foregoing sixty (60) calendar day period. Any and all remaining claims, disputes or controversies
related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle
County, Colorado, which shall be the sole and exclusive forum for such litigation. The parties
agree that Owner shall have the right, but not the obligation, to join Consultant, other consultants
and any contractor(s), subcontractor(s), sub - consultant(s) and(or) guarantor(s) in any action or
proceeding arising in connection with this Agreement and no provision or condition contained
herein shall prevent the joinder of such parties. The parties also acknowledge and agree that
Owner shall have the right to join Consultant, other consultants and any contractor(s),
subcontractor(s), sub - consultant(s) and (or) guarantor(s) in any resulting mediation and (or)
litigation. The parties acknowledge and agree that Owner shall have the right to stay any such
proceedings until such time as Consultant has completed the Services required under this
Agreement (or this Agreement has otherwise been terminated) so that all such matters can be
resolved in consolidated proceedings.
12) General Conditions.
a) Consultant represents that its professional personnel are, and covenants that its professional
F F F p
xo essr nal
personnel shall at all times remain, duly licensed to perform the Services and Additional Services
within the applicable jurisdiction(s).
b) Consultant shall be responsible for the completeness and accuracy of the Consulting Services,
including all supporting data and other documents prepared or compiled in performance of the •
Consulting Services, and shall correct, at its sole expense, all significant errors and omissions therein.
The fact that the Corporation has accepted or approved the Consulting Services shall not relieve
Consultant of any of its responsibilities. Consultant shall perform the Consulting Services in a
skillful, professional and competent manner and in accordance with the standard of care, skill and
diligence applicable to consultants, with respect to similar services, in this area at this time.
c) Each of the Exhibits referred to herein and attached hereto is an integral part of this Agreement
and is incorporated herein by reference.
•
In •
Consultant Owner
8
d) Consultant agrees to work in an expeditious manner, within the sound exercise of its judgment
and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement. By executing the Agreement, Consultant confirms that the time
limitations set forth herein are reasonable period(s) for performing the Services.
e) This Agreement shall be construed and interpreted under and shall be governed and enforced
according to the domestic laws of the State of Colorado (without reference to the doctrine of
conflicts of law).
f) Consultant agrees to keep confidential any and all information concerning this Agreement, the
plans, operations or activities of Owner, which may be divulged to Consultant by any source in
the course of the performance of Consultant's services under this Agreement. Further, no
Sensitive Security Information (SST) as defined in 49 CFR parts 15 and 1520, concerning the
scope of this Agreement, shall be published or released to the public without prior written
approval of the Owner and TSA Assistant Secretary or his or her designee.
g) Consultant shall pay all taxes imposed by any federal, state or local taxing authority on ail
payrolls and compensation of its employees and subcontractors and any other taxes, fees and
charges levied against Consultant on account of this Agreement.
h) The Federal Government, including the Comptroller General of the United States, has the right to
examine and audit relevant financial records for a period not to exceed three (3) years after
expiration of the terms of this Agreement. Consultant must maintain an established accounting
system that complies with generally accepted accounting principles. Records related to disputes
arising out of this Agreement shall be maintained and made available until such disputes have
been resolved. As used in this provision, "records" includes books, documents, accounting
procedures and practices, and other data, regardless of the type and regardless of whether such
items are in written form, in the form of computer data, or in any other form.
Consultant shall maintain all records and other evidence sufficient to reflect costs claimed to have
been incurred or anticipated to be incurred directly or indirectly in performance of this
Agreement. Owner or the TSA CO or authorized representative of Owner or TSA CO shall have
the right to examine and audit those records at any time, or from time to time. The right of
examination shall include inspection at all reasonable times at the offices of Consultant or sub -
consultants responsible for the Project.
•
Consultant will be required to submit cost or pricing data and supporting information in
connection with any invoice relating to this Agreement if requested by the Owner or TSA CO.
This section 12(h) shall not be construed to require Consultant or its sub - consultants to create or
maintain any record that they do not maintain in the ordinary course of business pursuant to a
provision of law, provided that those entities maintain records which conform to generally
accepted accounting practices. Consultant shall insert a clause containing the terms of this section
12(h) in all contracts or sub - contracts that exceed $100,000.
i) This Agreement constitutes an agreement for the performance of work and services by Consultant
as an independent contractor and not as an employee of Owner.
\I\ z ip I
Consultant Owner
9
j) Nothing contained in this Agreement shall be deemed to create a relationship of employer -
employee, master- servant, partnership, joint venture or any other relationship between Owner and
Consultant except that of independent contractor. Consultant shall have no authority to bind
Owner, or to approve any Additional Services, unless specifically approved by Owner in writing.
k) This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understandings between the parties with
respect thereto.
1) This Agreement may not be amended or supplemented, nor may any obligations hereunder be
' waived, except by a written instrument signed by the party to be charged.
m) Consultant shall not assign any portion of this Agreement without the prior written consent of
Owner.
•
n) This Agreement and the covenants contained herein shall be binding upon and shall inure to the
benefit of the parties hereto and their respective permitted assigns and successors -in- interest.
o) No failure or delay by either party in the exercise of any right given to such party hereunder shall
constitute a waiver thereof. No waiver of any breach of any agreement or provision contained
herein shall be deemed a waiver of any preceding or succeeding breach thereof or of any other
agreement or provision contained herein.
p) Whenever the context hereof shall so require, the singular shall include the plural, the male gender
shall include the female and the neuter, and vice versa.
q) The invalidity, iIIegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
r) Notwithstanding anything to the contrary herein, this Agreement shall become effective upon
execution by TSA of the OTA attached hereto as Exhibit D.
[Rest of Page Intentionally Left BlankJ
•
•
Consultant Owner
10
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first
above written.
OWNER: CONS i ANT/
EAGJ F. COUNTY AIR TERMINAL
CORPORATION BNP A' - y •r7 r it?� e
By: i
/ / /� ' T�;
By: , Ia i . Printe. r ame: "UNififfr
Printed Name: ■ /, E ��
Its: • Ci /(flOf Its: P6/P6Vi
ConsuItant's Contact Information:
Street Address:, 1�� S �° 44 S Z -OS"
City: Denver State: Zip Code: 0 2 - 3 i
Contact Name: , Tax LD. Number:
C.46,\ J N- 1 ` (,F,t..l (J ar>"cl-A o(c.-0-71G(c9
n i
I I
Co sultant Owner
11
EXHIBIT A
Agreement For Professional Services
(Services)
Consultant shall comply with the schematic, project cost and milestone schedule attached as
Appendix B to the Other Transaction Agreement between Transportation Security Administration
and Owner which is attached as Exhibit D ( "OTA ") hereto and Schedule of Deliverables in Appendix
C of the OTA and the dates for full Project completion as set forth in Article VI of the OTA.
Time is of the essence in performance by Consultant and any delay beyond the dates set forth in
Appendix B to the OTA must be approved in a written change order approved by Owner and TSA. In
the event additional staff or overtime is required to maintain the schedule the same shall be at
Consultant's sole cost and expense. Further, Consultant shall work within the project costs identified
in Appendix B to the OTA recognizing that funds committed by TSA and Owner are fixed.
Consultant acknowledges that Owner may desire to develop its own contract documents for the
construction associated with the Project. Therefore, Consultant shall work with Owner prior to
presenting or preparing contract documents, general conditions, proposal documents or bid packages
to any third party so that the parties may discuss what documents will be prepared and to ensure that
Owners requirements are satisfied as to form and content.
Consultant shall provide the following Services to Owner:
1.0 SCOPE OF WORK — BAGGAGE HANDLING AND EDS SCREENING SYSTEMS
The following paragraphs outline the Scope of Work proposed for the baggage handling and Inline Screening
system. The scope covers full services (i.e., detail design development through construction administration)
for the Inline Explosive Detection Screening (EDS) and Outbound BHS systems. All of the Transportation
Security Administration (TSA) related work will be done in accordance with the Planning Guidelines and
Design Standards (PGDS) document Version 3 for Checked Baggage Inspection Systems (CBIS).
2.0 DETAILED DESIGN DEVELOPMENT PHASE
In the Detailed Design Development Phase, the overall baggage handling and explosive detection system will
be refined as required to firmly define right -of -way paths and finalize the overall design to achieve the
operational and functional system performance criteria. The Detailed Design (DD) development Phase is
segregated into third sequential sub - phases, with milestone requirements at the 30 %, 70 %, and 100% design
completion stages as described below.
2.1 The Architectural/Engineering drawing package
During the Detailed Design Development phase, continued coordination between the BHS/EDS
designer and the A &E participants will be required. The A &E drawing package shall be developed
and updated in conjunction with the BHS/EDS design at each of the two milestone stages and
provides information defining the critical facility interfaces, inclu at a minimum:
1 �
In ' j %''
Consultant Owner
12
2.1.1 System and facility general arrangement drawings and sections
2.L2 Structural interfaces
2.1.3 Floor loadings
• Attachment details
• Mezzanine FIoor openings
• Concrete curbs
• Security/Fire Door Placement and Details •
2.1.4 Electrical power
• Connected HP requirements
• Demand HP requirements
• Power distribution schematics and locations
• Motor control panel locations
• 2.1.5 Equipment right -of -ways for utility/HVAC/building service coordination
2.1.6 Updated Schedule
2.1.7 Capital Cost Estimate
2.1.8 Documented Stakeholder review and approval
2.2 70% Detailed Design Development Sub -Phase
The 70% Detailed Design Development Sub -Phase further develops the baggage handling and
explosive detection system design. This stage requires completion and approval of all prior stages as
documented above. The tasks in this o hase generally include:
P
2.2.1 An updated operational standards assessment based upon the results of the flow analysis
models that were prepared in the previous P hases.
2.2.2 Preparation of drawings at the 70% level, including cross section drawings of the CBIS.
• Drawings shall include conveyor belt speeds based upon the most up -to -date layout.
• Drawings shall include a personnel access plan.
2.2.3 Outlined specifications at the 70% level.
2.2.4 Preparation of a bag tracking description.
2.2.5 Preparation of a preliminary contingency plan.
2.2.6 Preparation of a preliminary configuration management plan.
2.2.7 Preparation of a Threat Bag Removal Procedure.
2.2.8 Preparation of an EDS machine removal /replacement plan and layout.
2.2.9 EDS machine allocation update
• The TSA shall provide an updated indication of the expected EDS machine
manufacturer. This information is required to allow further development of specific
design parameters and simulation model characteristics.
• 2.2.10 Preparation and Submittal to TSA of an updated Basis of Design Report.
• Based upon the design progression to this point, prepare an updated Basis of Design
report for submittal to TSA for review and approval. This is the primary submittal of
• this phase.
• The TSA shall formally respond to the "Basis of Design Report — 70% Sub - Phase" with
an approval or rejection and comments regarding ecision.
Consultant Owner
13
2.3 100% Detailed Design Development Sub -Phase
The 100% Detailed Design Development Sub -Phase finalizes the baggage handling, and explosive
detection system design. This stage requires completion and approval of all prior stages as
documented above. The tasks in this phase generally include:
2.3.1 Finalization of all design drawings, coordinated with A &E work to be completed as part of
the overall program. Design drawings shall include all final cross section drawings of the
CBIS.
2.3.2 Finalized specifications for the BHS/EDS.
2.33 Finalized contingency plan for the 100% design.
•
2.3.4 Finalized configuration management plan.
2.3.5 EDS machine allocation confirmation
• The TSA shall provide a confirmation of the expected EDS machine manufacturer.
2.3.6 Preparation and Submittal to TSA of all 100% Detailed Design Documents for review and
approval.
• The TSA shall formally respond to the 100% Detailed Design Documents with an
approval or rejection and comments regarding their decision.
3.0 SPECIFICATIONS /CONTRACT DOCUMENTS
Define all information and requirements pertinent to the conveyor /sortation equipment and facility as a whole;
to the general conditions and responsibilities involved; and to the Request for Bid package as a whole. The
specification, or portions thereof, shall be submitted for review and approval by the TSA at the 70%, and
100% design milestones as required by the PGDS version 3.
3.1 System/Component Specifications
3.1.1 Overall System Description:
• Facility description
• System description
• System operation
• System Training
• System Maintenance •
3.1.2 Design Requirements:
• General
• Baggage Standards
- Size
- Weights
- Configurations
• Movement Standards
- Dynamics (speeds and slopes)
- Clearance
• Edge Provisions Standards
- Guides
- Sensors
- Side Guards
In , 1 . `.\
Co ultant Owner
14
• Control Standards
- Consoles
Interlocks and limits
- Warning signals
• EIectrical System Standards
• Functional Surfaces
- Belts
- Slides
•
• Access and Safety Provisions
- Walk surfaces
- Ladders, stairs, platforms and handrails
3.1.3 General Requirements:
• Service conditions and safety
- Environmental requirements
- System safety
- Personnel safety
- Noise limits
- Radio frequency interference
• Quality, workmanship and finish standards
- Quality assurance
- Workmanship
- Finish
• Reliability, life, and maintainability standards
- Subsystem/component
- Failure
- System failure
- Operating life (hours)
- Mean time between failures (MTBF)
- Mean time to repair (MTTR)
- MaintainabiIity
• Maintenance provisions
- Maintenance data
- Maintenance plan
• Documentation
- Operators' manual
- Maintenance manual
- Parts list
- Recommended spare parts list
- Contractor's drawings
• Operation and maintenance training
- Operators' training
Maintenance training
- Training program schedule
• Testing standards and procedures
- General
- Damages
- Repairs
• Regulatory Agency approvals
- Airport Authority
- City and State Codes
- Government Agencies (OSHA, etc.)
11 l
Consultant Owner
•
15
3.1.4 Subsystem Specifications
•
Each subsystem and each item of each subsystem will be delineated in a specification
control drawing format. This will involve many individually documented specifications.
Information contained involves specifics on the following:
• Shape and dimensional constraints
• Functions
• Functional speeds and controls
• Loading and load condition's
• Interlocks, safety and movement stops
• Power provisions
• Reliability and Iife values
• Expected usage
• Facility provisions and constraints
• Facility locations points and orientation
• Other applicable specification documents
• Applicable component specifications
• Compatibility with data/information and computer systems requirements.
3.1.5 Detail Subsystem and Item Design Control Drawings
Subsequent to finalization of system definition and layout, prepare Detail Subsystem and
Item Design Control Drawings defining dimensional envelopes and relationships between
subsystems, items and components. Also define the processing and control functions to be
provided and acceptable method of accomplishing these functions. These include:
• Load/[Jnload Conveyors
• Elevating Devices - Inclines, Declines, Slides, Chutes
• High -speed Diverters •
• Baggage Measuring Array
• Make -up Units
4.0 Computer Control Specifications
The Computer Control System and each of its hardware and software components will be
contractually defined in a functional specification format. This will include the following
considerations.
4.2.1 Design Philosophy
• Centralized versus de- centralized
• Programmable logic controllers (PLC)
4,22 Functions
• Process control
• Operational Info /statistics
• Flow control
• Back -up system control
• Maintenance diagnostics/statistics
4.2.3 Hardware
• Process computer and PLC's
- Back -up
• Hot or
• Warm, or
1
C•nsultant Owner
16
• Cold
• Peripherals
- CRT's
- printers
- control devices
• photocells
• analog timers (etc.)
- operator control panels
• emergency stops
• • start/stop stations, etc.
maintenance control panels
• keyed access, etc.
4.2.4 Bidding Procedures Section:
The Bidding Procedures section defines in detail the constraints under which the
procurement activity is to be accomplished. Specifically, the bidding procedure includes
the following:
• Advertising for bids (if required)
• Definition of terms
• Proposal requirements and conditions
• Special information to bidders
• Contract award and execution
4.2.5 Contract Documents Section:
The Contract Documents section includes sample documents in the form generally
employed by BNP which provides the bidder with the proposed contract. This includes:
• Contract Agreement
• Performance Bonds
• Payment B onds
4.2.6 General Conditions Section:
The General Conditions serve as an adjunct to the Contract Agreement defining the more
generalized aspects of the contractor's responsibilities. This includes:
• The work
• Separate contracts
• Control of work and material
• Technical compliance
• Pre -award meeting
• Execution and final acceptance
• Termination at owners convenience
• Payment
• Guarantee /warranty
• Claims, indemnification, patents, and legal relations
• Penalty clause
• Substitutions
•
• Changes in the Work
• Correction of deficiencies
• Deductions for uncorrected work
• Advertising privileges
• Work of other contractors f
\i
Consultant Owner
17
• Safety
• Housekeeping
• Cutting and welding precautions
• Shipping, handling and storage
• Site trailer and temporary service
• Title
• Sections and other headings
4.2.7 Proposal Documents Section:
The Proposal Documents section ensures standardization in biddcrs' proposals by imposing
a specific format which facilitates subsequent review and evaluation. This section will
include:
• Bid Sheet
• Itemized price breakdown
• List of subcontractors
• Schedule
• List of contract documents
• List of exceptions and variations requirements
• List of options and alternatives
• Bid bond form
• Qualification documents
•
- Prime contractor(s)
- Subcontractor(s)
5.0 BIDDING AND NEGOTIATING PHASE
In the Bidding and Negotiations Phase, BNP shall provide those services necessary to assist the Client in
obtaining competitive bids and in negotiating, preparing, and awarding contracts for system procurement and
implementation.
5.I Project Administration services consisting of bidding and negotiation administrative functions
including:
1. Consultation
2. Research
3. Conferences
4. Communications
5. Travel Time
6. Progress reports.
7. Direction of work
5.2 Disciplines Coordination/Document Checking services consisting of bidding and negotiation
activities for:
1. Coordination between the involved disciplines for the project
2. Review and checking of documents prepared for the Project
5.3 Agency Consulting/Review /Approval services during the Bidding and Negotiations Phase relating to
applicable laws, statutes, inspections, regulations and codes of regulating entities relating to the
Client's interests before construction begins.
5.4 Owner - supplied Data Coordination services consisting of activities relating to bidding or negotiation
including:
I. Review and coordination of data furnished for the Project. i
In
Co sultant Owner
18
5.5 Bidding Materials services consisting of organizing and handling Bidding Documents for:
1. Coordination
2. Draft Submittal Reproduction _
3. Completeness review
4. Draft Submittal Distribution
5. Draft Submission Distribution records
6. Retrieval
7. Receipt and return of document deposits
•
5.6 Addenda services consisting of preparation and distribution of Addenda as may be required during
bidding or negotiation and including supplementary drawings. Specifications, instructions and
notice(s) of changes in the bidding schedule and procedure.
5.7 Bidding and Negotiations services consisting of:
1. Assistance to the Owner in establishing a list of bidders or proposers
2. Prequalification of Bidders or proposers
3. Participation in pre -bid conferences
4. Responses to questions from Bidders or proposers and clarifications or interpretations of the
Bidding Documents
5. Attendance at bid opening(s)
6. Documentation and distribution of bidding results
7. Notification of bidding results to proposers
5.8 Analysis of Alternates /Substitutions services consisting of consideration, analyses, comparisons, and
recommendations relative to alternates or substitutions proposed by Bidders or proposers either prior
or subsequent to receipt of Bids or proposals.
5.9 Special Bidding Services consisting of:
1. Attendance at bid openings, participation in negotiations, and documentation of decisions for
multiple contracts or phased construction
2. Technical evaluation of proposals
5.10 Bid Evaluation services consisting of: •
1. Validation of Bids or proposals
2. Participation in reviews of Bids or proposals
3. Evaluation of Bids or proposals
4. Recommendation on award of Contract(s)
5. . Participation in negotiations prior to or following decisions on award of the Contract(s) for
Construction
5.11 Construction Contract Agreements services consisting of:
1. Notification of Contract award(s)
2. Assistance in preparation of construction contract Agreement forms for approval by the Owner
3. Preparation and distribution of sets of Contract Documents for execution by parties to the
Contract(s)
4. Receipt, distribution and processing, for the Owner's approval, of required certificates of
insurance, bonds and similar documents
5. Preparation and distribution of Contractor(s), on behalf of the Owner, of notice(s) to proceed
with the work.
6.0 CONSTRUCTION ADMINISTRATION
In this phase of the project, BNP shall provide those services necessary for the administration and monitoring
of the construction contract as set forth in the Contract for Construction. The following descriptions shall
apply to those services:
Consultant Owner
19
6.1 Project Administration services consisting of construction contract administrative functions
including:
1. Consultation
2. Research
3. Conferences
4. Communications
5. Travel time
6. Progress Reports
7. Coordination of out -of- normal- sequence construction operations
8. Coordination of multiple -prime construction contracts
9. Coordination of work with the Project Team
10. Coordination with Project Architects/Engineering
11. Contractor progress payment approvals.
12. Coordination of delivery, construction, and installation efforts of EDS machines and other work
applicable to the program. Coordination with TSA, EDS machine manufacturer, and installers
(among others) will be required.
6.2 Disciplines Coordination/Document Checking services consisting of construction contract
administration activities for:
1. Coordination between the involved disciplines for the Project
2. Review and checking of documents prepared for the Project
6.3 Agency Consulting/Review /Approval services during the Construction Contract Administration
Section relating to applicable laws, statutes regulations and codes of regulating entities relating to the
Owner's interests during construction of the Project.
6.4 Owner- supplied Data Coordination services consisting of activities relating to construction contract
administration including:
1. Review and coordination of data furnished for the Project.
6.5 Construction Administration/Supervision services consisting of but not limited to:
1. Processing of submittals, including receipt, review of, and appropriate action on Shop drawings,
Product Data, Samples and other submittals required by the Contract Documents
2. Distribution of submittals to Consultants, Construction Managers, Contractors and BNP field
representative
3. Maintenance of master file of submittals
4. Related communications
6.6 Inspection Coordination services relating to in -plant and on -site inspection and testing agencies,
consisting of:
1. Administrative and coordination of testing required by the Contract Documents
2. Recommending scope, standards, procedures and frequency of testing and inspections
3. Arranging for testing and inspection
4. Evaluating compliance by testing and inspection agencies with required scope, standards,
procedures and frequency
5. Evaluating compliance by testing and inspection agencies with required scope, standards,
procedures and frequency
6. Review of reports on inspections and tests and notifications to the Owner and Contractor(s) of
observed deficiencies in the Work.
6.7 Supplemental Documents services consisting of:
1. Preparation, reproduction and distribution of supplem' .aw Specifications and
I \
J►�
Consultant Owner
20
interpretations in response to requests for clarification by Contractor(s) or the Owner and as
required by Construction exigencies
2. Forwarding the Owner's instructions and providing guidance to the Contractor(s) relative to
changed requirements and schedule revisions
6.8 Quotation Requests /Change Orders services consisting of
1. Preparation, reproduction and distribution of Drawings and Specifications to describe Work to
be added, deleted or modified
2. Review of proposals from Contractor(s) for reasonableness of quantities and costs of labor and
materials
3. Review and recommendations relative to changes in time for Substantial Completion
4. Negotiations with Contractor(s) behalf relative to costs of Work proposed to be added, deleted
or modified
5. Assisting in the preparation of appropriate Modifications of the Contract(s) for Construction
6. Coordination of communications, approvals, notifications and record - keeping relative to changes
in the Work
6.9 Project Schedule Monitoring services consisting of monitoring the progress of the Contractor(s)
relative to established schedules and making Status Reports to the Owner.
6.10 Project Closeout
Project closeout services initiated upon notice from the Contractor(s) that the work, or a designated
portion thereof which is acceptable to the Owner, is sufficiently complete, in accordance with the
Contract Documents to ermit
p occupancy or utilization for the use for which it is intended, and
P Y ,
consisting of:
1. A detailed inspection for conformity of the Work to the Contract Documents to verify the Iist
submitted by the Contractor(s) of items to be completed or corrected
2. Determination of the funds to be withheld until final completion
3. Securing and receipt of consent of surety or sureties, if any, to reduction in or partial release of
retainage or the making of final payment(s)
4. Issuance of Certificate(s) of Substantial Completion
5. Ins ection s upon notice by the Contractor(s) p (} p y th ontr tors) that the Work is ready for final inspection and
acceptance
6. Notification the Contractor(s) of deficiencies found in follow -up inspection(s), if any
7. Final inspection to verify final completion/acceptance of the Work
8. Receipt and transmittal of warranties, affidavits, receipts, releases and waivers of lien or bonds
indemnifying the Owner against liens
9. Security and receipt of consent of surety or sureties, if any, to the making of final payment(s)
10. Issuance of final Certificate(s) for Payment
11. Coordination of obtaining formal TSA approval of the CBIS for beneficial use
12. Coordination of the submission of all as -built project documentation to the TSA.
6.11 Start -up Assistance Services consisting of:
1. On -site observation, troubleshooting and assistance in the operation of systems and facilities
during first three months of operation
2. Assistance in the training of Operation and Maintenance personnel in proper operations,
schedules and procedures
3. Administration and coordination of remedial work by the Contractor(s) after fnaI completion
6.12 Record Drawings Services consisting of:
6.12.1 Making arrangements for obtaining all as -built drawings from Contractor(s) and other
parties, including information certified by them on all changes made during construction
from the initial Contract Documents and on the Iocatii t if c• cealed systems as installed
during construction
Col ultant Owner
21
•
6.12.2 Review of general accuracy of information furnished by the Contractor(s), including
significant changes in the Work made during construction
6.12.3 Approval of contractor record as -built drawings, based on information furnished by the
Contractor(s), including significant changes in the Work made during construction
6.12.4 Transmittal of record drawings and general data, appropriately identified, to the Owner and
others as directed
6.13 Construction Management and Site Supervision
6.13.1 Baggage System Inspection - In this phase of the project, BNP shall provide those services
necessary for the administration and monitoring of the EDS certification testing as set forth
in the Contract for Construction. The following descriptions shall apply to those services:
6.13.1.1 Project Management Supervision services consisting of construction contract
management functions including:
6.13.1.1.1 Consultation
6.13.1.1.2 Research
6.13.1.1.3 Conferences/Meetings
6.13.1.1.4 Communications
6.13.1.1.5 Travel time
6.13.1.1.6 Progress Reports
6.13.1.1.7 Coordination of out -of- normal- sequence construction operations
6.13.1.1.8 Coordination of work with the Project Team
6.13.1.1.9 Coordination of delivery, construction, and installation efforts of
EDS machines and other work applicable to the program.
Coordination' with TSA, EDS machine manufacturer, and installers
(among others) will be required
6.13.1.2 Disciplines Coordination/Document Checking services consisting of construction
6.13.1.2.1 contract management activities for:
• 6.13.1.2.2 Coordination between the involved disciplines for the Project
6.13.1.2.3 Review and checking of documents prepared for the Project
6.13.1.3 Participation in the preparation of the Site Specific Test Plan (SSTP), which will
be written by the TSA and used for certification testing of the In -Line EDS
6.13.1.4 Certification testing supervision of alI preparatory and internal testing by the
BHS/EDS Contractor and the Owner
• 6.13.1.5 Certification testing supervision of all pre -ISAT (Integrated Site Acceptance.
Testing) and ISAT activities
6.13.1.6 Systems Acceptance Testing
6.13.1.6.1 Outlines of the scope of work for the Acceptance Testing Program
are presented in the following paragraphs. The individual tasks will
• be completed in steps as individual subsystems become available for
testing. BNP's involvement will include the coordination, assistance,
and witnessing of the following testing activities:
6.13.1.7 Overall Test/Acceptance Plans and Check Lists
6.13.1.8 Develop an overall test and final accepta to plan consisting of the following
li 1
. •.nsu tangy. Owner
22
sections:
6.13.1.9 Inspection check lists for the testing related to TSA ISAT certification
6.13.1.9.1 Operating test routines for individual items and subsystems related to
the TSA ISAT certification
6.13.1.9.2 Operating test data sheets to record test results related to the TSA
ISAT certification
6.13.1.9.3 Pre-Integrated Site Acceptance Testing (Pre -ISAT)
6.13.1.9.4 The Pre -ISAT shall be comprised of running all tests in the Site
Specific Test Plan (S STP) until they have been successfully
completed.
6.13.1.9.5 . Witness the BHS Contractor's internal test in preparation for the
TSA's representative(s) to witness the successful completion of all
SSTP - required tests.
6.13.1.9.6 Witness the BHS Contractor's successful demonstration of all SSTP-
required tests for the TSA representative(s).
6.13.1.10 Integrated Site Acceptance Testing (ISAT)
6.13.1.10.1 The ISAT shall be comprised of running all tests in the Site Specific
Test Plan (SSTP), as witnessed by the TSA's Independent
Verification and Validation (IV &V) contractor.
• 6.13.1.10.2 Witness the BHS Contractor's successful demonstration of all SSTP-
required tests for the TSA representative(s).
6.13.1.11 Construction, Commissioning, and Testing
6.13.1.11.1 During the construction phase, BNP shall assist with the coordination
of delivery, installation, and construction efforts by the BHS
Contractor with the TSA and their EDS machine manufacturer. Any
changes to the design that are required (via addendum) will be issued.
Following the installation of EDS machines and integration with the
conveyor system, the CBIS Integrated Site Acceptance Testing
(ISAT) shall be performed by the TSA's Independent Verification
and Validation (IV &V) contractor. The ISAT is preceded by pre -
ISAT testing by the BHS Contractor and TSA's representatives to
ensure that the system performs to acceptable standards. BNP will
participate in the supervision of ail tests to help ensure successful
results.
6.13.1.11.2 Upon successful completion of all previous phases of the CBIS
installation, BNP will be involved in the closeout processes of the
project relating to the PGDS requirements, which includes obtaining
official TSA approval of the CBIS for beneficial use/occupancy and
submitting all as -built project documentation (which will be
submitted by the BHS/EDS Contractor).
1
Co ultant Owner
23
7.0 PROJECT TEAM
BNP intends to maintain a core staff to maintain continuity for the duration of the project. A summary of
• key personnel responsibilities, availability and utilization is as follows;
• David Mecartney, BNP Principal, involvement will be supervisory.
• Cal Trudeau, BNP Project Director, will act as the engineering specialist and continue as the •
overall project manager.
•
• Rob Lucier, BNP Lead Designer. He will be assisted by at least one full -time Project Engineer
during submittal reviews and 12FI phase.
• Owen Ballou, Specifications. Owen will take responsibility RFI responses participate in the
construction administration coordination.
• Chris Wolvin, Controls Specialist. Chris is responsible for all Control System Design and Contract
P Y Im
Administration. He will oversee the Project Engineers who will be overseeing the ] gi g h Construction
Administration tasks.
.
•
•
i (1
Co' 'ultant Owner
24
1
l
EXHIBIT B
Agreement For Professional Services
.
(Compensation)
•
Consultant compensation shall not exceed $491,125.00 based on the following hourly rates:
Project Fees and Expenses - Design Services
ScheinaticDesfgn : Design Dewlopment Const Documents Bidding : Const Administration Totals
Rate Hours : Fee Hours Fee Hours Fee Hours Fee Hours Fee Hours Fee
Principal $ 180.00 ":'0 $ - 45 $ 8,100 30 $ 5,400 5 $ 900 20 $ 3,600 100 $ 18.000
Project Di; $ 150.00 :0 $ 130 $ 19,500 160 $ 24,000 40 $ 6,000 100 $ 15,000 430 $ 64,500
Sr. Engine $ 100.00 '. •0 $ : _ 140 $ 14,000 180 $ 18,000 $ - 300 $ 30,000 620 $ 62,000
Project En $ 75.00 _:.0 $ 235 $ 17,625 210 $ 15,750 40 $ 3,000 800 $ 60,000 ' 1285 $ 96,375
Designer $ 100.00 ;:" 1 ... : : 0 : .$' ":i 120 $ 12,000 180 $ 18,000 _ 20 $ 2,000 20 $ 2,000 340 $ 34,000
Drafter $ 60.00 =,0 $ 160 $ 9,600 190 $ 11,400 20 $ 1,200 60 $ 3,600 430 $ 25,800
Totals $ $ 80,825 $ 92,550 $ 13000 $ 114,200 3205 $ 300,675
Estimated Expenses $ $ 2,000 • $ 3,000 $ 2,000 $ 20,000 $ 27,000
" Totals i :. $, <;, - $ 82,825 $ 95,550 $ 16,100 $ 134,200 $ 327,675 ,
* An allowance of $120,000 for A &E design services is not included in the above fees. A&E design
services will be competitively bid.
Project Fees for Construct Management and Site Supervision
Construction Management
Rate Hours Fee
Principal $ 180.00 115 $ 20,700
Project Director $ 150.00 160 $ 24,000
Project Manager $ 125.00 640 $ 80,000
Project Engineer $ 75.00 450 $ 33,750
Designer $ 100.00 0 $ -
Drafter $ 60.00 0 $ -
Totals $ 158,450
Estimated Expenses $ 5,000 .
Totais I $ • 163,450
The above fees do not include on -site (full time) supervision. During construction weekly site visits for progress
checks and field observations reports of our findings will be made.
Out -of- Pocket Expenses are included in the above not to exceed amount and shall be at cost with
no mark -up and include only:
None.
k
• Consultant Owner
25
-
EXHIBIT C
•
Agreement For Professional Services
(Additional Services)
Requests for Additional Services must be made in the format attached:
•
•
•
Consultant Owner
26
EXHIBIT C -1
CHANGE ORDER NO.
Agreement for Professional Services
Project Name:
Project Address or Location
City: State: Zip Code:
"Consultant" and "Owner"
are parties to a contract dated ( "Contract ") and wish to amend the Contract as
follows:
A. Consultant has been requested to perform and agrees to perform the following Additional
Services:
B. The compensation for said Additional Services shall be billed as time and materials to a
maximum of $ , which is in addition to the amounts stated in the below:
This Additional Services Amount $
Previous Additional Services Amount $
Total of Additional Services to date $
Original Contract Amount $
Contract Amount to date $
Except as expressly amended or modified herein, the Contract shall remain unmodified and in
full force and effect.
This Amendment is executed on the day of
at
Colorado.
OWNER: CONSULTANT:
By: By:
Its: Its:
Dated: Dated:
Consultant's Contact Information:
Street Address:
City: State: Zip Code:
Contact Name: Tax I.D. Number:
I` i
1` 1I
I��IIi 4
Consultant Owner
27
EXHIBIT D -
Other Transaction Agreement
Between
Department of Homeland Security
Transportation Security Administration
And
Eagle County Air Terminal Corporation
•
•
•
•
f
In II tt
• Con ❑ tant Owner
28
t •
111111 111111
OTHER TRANSACTION AGREEMENT
BETWEEN
DEPARTMENT OF HOMELAND SECURITY
TRANSPORTATION SECURITY ADMINISTRATION
AND
EAGLE COUNTY AIR TERMINAL CORPORATION
RELATING TO
EAGLE COUNTY REGIONAL AIRPORT
Checked Baggage Screening Project
Negotiated by the TSA pursuant to
Aviation and Transportation Security Act, Pub. L. 107 -71, 115 Stat. 597
49 U.S.C. §114(m)(1) and 106(1)(6) and
HSTSO4- 10- H- CT1168'
L
ARTICLE I — PARTIES
The parties to this Other Transaction Agreement (OTA) are the Transportation Security
Administration (TSA), U.S. Department of Homeland Security (DHS), and Eagle County Air
Terminal Corporation (SCAT), a non- profit Colorado corporation, relating to the Eagle County
Regional Airport (EGE or Airport). The TSA and the ECAT agree to cooperate in good faith
.and to perform their respective obligations in executing the purpose of this Agreement.
ARTICLE II — LEGAL AUTHORITY
This Agreement is entered into under the authority of the Aviation and Transportation Security
Act, Pub. L. 107 -71, 115 Stat. 597, specifically 49 U.S.C. § 114(m)(1) and 106(1)(6), which
authorizes other transaction agreements.
ARTICLE III — SCOPE
The purpose of this Agreement is to set forth the terms and conditions, as well as, establish the
respective cost - sharing obligations of the TSA and the ECAT with respect to the design,
engineering and/or construction - related services to provide for the TSA Checked Baggage
Inspection System (CBIS) Project at the Eagle County Regional Airport in accordance with the
design submitted and reviewed by TSA and the TSA Planning Design Guidelines and Design
Standards (PGDS) Version 3.0 dated November 2009 found at:
http://www.tsa.goviresearch/checked_baggage_material.shtm
This CBIS Project involves the modification and construction of the Airport terminal building
infrastructure to incorporate the TSA in -line Checked Baggage Inspection System. Terminal
modifications include required changes to baggage conveyor components, mechanical,
plumbing, electrical, structural, and telecommunications infrastructure to provide for the
installation of Explosive Detection System. (EDS) machines within the baggage screening matrix
as well as Explosive Trace Detection (ETD) resolution area(s), On- Screen Resolution Room, and
the installation of applicable CBIS hardware and software for use with a checked baggage in -line
baggage screening system,. The objective of this Agreement is to enhance the Airport security
and baggage screening capabilities and throughput.
•
ARTICLE IV — COST SHARING AND OTHER RESPONSIBILITIES
1. Capital Costs: The estimated cost of the Project relates to the activities to modify the airport
terminal building infrastructure and the baggage handling system (BHS) to support the
installation and operation of the EDS and ETD equipment. It does not include the costs of
acquisition, delivery or installation of the EDS and E'11) equipment itself. TSA will be solely
responsible for the acquisition, delivery, installation, and testing of the EDS and ETD equipment
at the designated Iocation(s). All work performed by the ECAT pursuant to this Agreement shall
be accomplished in accordance with the CBIS design(s) endorsed by TSA, with the TSA PGDS
Version 3.0 as applicable, and in accordance with the Airport Building Standards and Criteria.
HSTSO4- 10 -H -CTI 168
2. The Project cost for the TSA baggage screening effort has been determined to be
$4,874,768.00. TSA agrees to reimburse the ECAT for ninety -five percent (95 %) of the
allowable, allocable and reasonable costs of the CBIS Project, including design and construction
management in addition to construction costs but not to exceed a total reimbursement of
$4,631,030.00. TSA reimburses ninety -five cents for every dollar submitted by the ECAT for
reimbursement of allowable, allocable and reasonable costs up to the TSA funded amount of
$4,631,030.00.
3. TSA will determine allowable and allocable costs in accordance with the OMB Circular A -87
"Cost Principles for State, Local and Indian Tribal Governments" codified at 2 C.F.R. Part 225
(together with Appendices A — D) and Appendix F of the TSA PGDS, Version 3.0 in effect upon
the signing of this Agreement by both parties. TSA will reimburse the ECAT on an actual
expense basis supported by one or more invoices submitted by the ECAT in accordance with
Article X -- Payment. The parties understand and agree that all costs in excess of $4,631,030.00,
as well as any costs that are inconsistent with OMB A -87 and the guidance set forth in the TSA
PGDS Version 3.0 shall be borne solely by the ECAT unless otherwise agreed by the TSA in a
modification in accordance with Article XILI "Changes and/or Modifications ". Should the TSA
contributions of $4,631,030.00 represent more than ninety -five percent of the total final TSA
allowable and allocable, and reasonable costs for the TSA baggage screening project, the ECAT
will refund the TSA for the difference to achieve a ninety -five percent level.
4. The Project costs which TSA will reimburse is limited to those costs associated with the CBIS
(defined as that area from the baggage insertion point into the EDS screening matrix to the point
where
screened baggage is re- inserted into the baggage makeup area), On Screen Resolution
(OSR) room, Checked Baggage Resolution Area(s) (CBRA), and EDS network equipment room
as defined in TSA's PDGS, Version 3,0, Appendix F. Appendix F of the TSA's PDGS provides
guidance for reimbursable /nonreimbursable costs for TSA CBIS projects.
A. Common costs considered reimbursable under this Agreement include but are not limited
to:
• Soft cost allowances consisting of Design Fees, Project Management, Construction
Management, Escalation, Design Contingency and Construction Contingency
• Construction Costs:
- Demolition (airport infrastructure and /or baggage handling system related to
the CBIS Project area.)
- BHS infrastructure upgrades, platforms, catwalks located within the EDS
screening matrix area.
- BHS: The BHS portion located within the EDS screening matrix area,
including redesign and upgrading of conveyors to support the integration of
the CBIS EDS screening equipment.
- Conveyor redesign and upgrade within the EDS screening areas.
- Build out of .the OSR Room, CBRA(s) and EDS network equipment room
- Acoustical treatment in the CBRA area.
- Heating, Ventilation, Air Conditioning (HVAC) to maintain equipment and
employee environmental requirements for CBIS, CBRA and EDS network
equipment room.
3
HSTSO4- 10- H- CT1168
- Electrical and communications infrastructure (cabling, control panels) and
basic lighting fixtures for the CBIS and CBRA.
- Telephone systems /pager systems for the TSA CBRA area.
- Basic architectural finishes.
- Enclosing the mezzanine area where the EDS machines, CBRA and OSR
room are located
• For projects currently in design or construction, TSA will consider design and
construction modifications as agreed between the TSA and the Airport required to
make the TSA CBIS Project compliant with the TSA PGDS on a case -by -case
basis.
B. Costs not considered reimbursable include (listing is not all inclusive):
• Exterior Building Shell.
• The BHS portion prior to the EDS screening matrix area.
• The BHS portion exiting the EDS screening. matrix areas.
• Baggage make -up carrousels or outbound sortation systems.
• Maintenance, repair parts or spare parts (other than spare parts which are initially
provided by the Original Equipment Manufacturer during the installation of new
' equipment) for airport terminal improvements including the baggage handling
conveyor components installed under this CBIS Project.
• Manual encoding consoles or stations.
• Employee break rooms, administrative office space and restrooms not intended for
the sole use of TSA staff.
• Architecturally pleasing enhancements.
• Extended warranties beyond one (1) year.
5. Change orders shall not be considered an authorization to exceed the TSA funding provided
for the Project, unless the TSA has been notified in advance of the impact the Change Order has
on the TSA funding, and TSA provides its concurrence to proceed with the Change Order. Use
of TSA contingency funds for the TSA Project requires TSA CO and/or the TSA Regional
Deployment Manager approval in advance of the ECAT issuing the Change Order.
ARTICLE V - PROJECT RESPONSIBILITIES
The primary Project responsibilities of the TSA and the ECAT are outlined below. In addition to
primary Project Responsibilities, specific technical responsibilities for the two parties are
contained in Appendix A "TSA CBIS Acceptance Test Requirements ", attached hereto and
incorporated by reference into this Agreement. The Project will be overseen by the ECAT.
A. TSA Responsibilities
1. Review and concur the CBIS Project design, plans, and specifications at the 30 %,
70 %, and 100% design phases for the CBIS equipment
g p installation based upon the
recommendations and guidelines in the TSA PGDS in effect at the time of execution
of this Agreement.
4
HSTSO4- 10 -H -C
Tllb8
2. Provide the TSA's PGDS, as well as the CBIS EDS, ETD and OSR screening
equipment and their associated specifications as required.
3. Advise the type of EDS equipment to be provided at each design stage submission.
4. Furnish, deliver, install and test the EDS and ETD equipment.
5. Provide EDS Original Equipment Manufacturer Technical Support Advisory Services
to the Airport regarding integration of the EDS units into the BHS.
6. Provide the EDS System Specific Test Plan (SSTP) to the Airport following an EDS
machine commissioning, coordination and test planning meeting. See Appendix A for
further specifics.
7. Establish and conduct the Integrated Site Acceptance Testing (ISAT) for EDS
machine screening capabilities.
8. Observe and approve ISAT results before the EDS equipment is certified as ready for .
operational use.
9. Provide training for Transportation Security Officer personnel on the EDS equipment.
10. Review and consider requested changes to the design and associated costs as agreed to
per Article XIII "Changes and/or Modifications ".
11. Provide maintenance, repair, and refurbishment to all TSA CBIS EDS, ETD, and OSR
screening equipment throughout its life cycle at no cost to the ECAT.
B. ECAT/Airport Responsibilities
1. Except for the responsibilities of the TSA, as outlined above, the CBIS Project will be
managed and overseen by the ECAT. The ECAT, acting through such contractors as
it may engage, will provide the engineering and design services, as well as the
associated construction and baggage handling system contractors, necessary for
successful completion of the CBIS Project. The ECAT will provide oversight of such
contractor(s) to ensure the CBIS Project conforms to the TSA endorsed design and is
completed within the prescribed costs and schedule identified and incorporated herein
as Appendix B.
2. Ensure CBIS site preparation includes, but is not limited to, BHS modifications,
environmental controls, and any other airport terminal infrastructure work required to
support the EDS, ETD, and OSR equipment operational environment. CBIS designs
should be OSHA compliant; adhere to the applicable EDS and ETD installation guide
specifications; and should comply with all applicable Federal, State, and local building
codes and regulations. Provisions will be made in the CBIS design that will allow
TSA and its contractors full ingress to and egress from the CBIS area for the
installation, operation, testing, maintenance, and repair of the EDS and ETD
equipment.
3. Obtain all necessary licenses, insurance permits and approvals.
4. Ensure the Project site will be ready to accommodate the installation of the EDS units
when delivered. CBIS Project site preparation includes, but .is not Iimited to, BHS
modifications, mechanical, heating, electrical site preparation, including infrastructure
to protect electrical or fiber optic cables, environmental controls, and any other airport
terminal infrastructure work required to support the operational environment of the
EDS, ETD and OSR equipment.
5
HSTSO4- 10- H- CT1168
5. Facilitate the installation of the EDS unit by providing a clear path during rigging and
EDS installation, and provide sufficient space to allow for initial deployment activities
(such as uncrating the EDS machines).
6. Provide three (3) feet of maintenance access space around the equipment so that
components and /or parts may be repaired and/or replaced.
7. Once installed, provide reasonable measures to protect the EDS, ETD and OSR
equipment from harm, theft, and water intrusion in the screening area.
8. Prior to TSA EDS Site Acceptance Testing, it shall be the ECAT's /Airport's
responsibility to exercise due diligence to protect and insure the EDS equipment from
damage due to ongoing construction or weather.
9. Perform and bear all cost of the operation, maintenance and repairs for the airport
terminal installed property such as the baggage handling conveyor system, including
the conveyors in the baggage screening matrix, heating, air conditioning, electrical and
mechanical infrastructure in support of this CBIS Project.
10. Submit monthly milestone and project progress status reports by the 10` of each
month to the TSA Deployment Manager, TSA Contracted Site Lead and TSA
. Contracting Officer. Specific requirements for the content of the monthly project
status report are identified in Appendix C.
C. Operation and Maintenance Costs
It is understood and agreed that the EDS, ETD and OSR security screening equipment are and
will at all times remain the property of the TSA. TSA will maintain, repair, and refurbish the
EDS and ETD units at no cost to the ECAT or Airport. In the event that EDS and ETD security
screening equipment reaches the end of its life cycle, or is no longer being used for any other
reason, the TSA will provide for the removal and disposition of the equipment at no cost to the
Airport subject to the availability of TSA funding. No legal liability on the part of the TSA for
any payment may arise for performance under this Agreement unless and until funds are
appropriated for this disposal activity. In the event funds are not available for the removal or
disposal of the EDS security equipment at the end of its life cycle, the TSA will leave the EDS
equipment in place as non functioning units to allow the BHS to continue to operate.
Except for the CBIS EDS, ETD, and OSR security screening equipment owned by the TSA and
separately provided for use at the Airport, the ECAT shall own and have title to all airport
terminal building improvements made in accordance with this Agreement such as heating,
ventilation, air conditioning, electrical and mechanical infrastructure, baggage handling conveyor
systems and controls, or other assets which are acquired and installed under this Agreement in
support of this Project. It will remain the responsibility of the ECAT, its contractors or lessees
acting through such agents as it may use, to maintain, repair and or replace such airport property
to sustain the operational environment of the EDS, ETD and OSR security screening equipment.
Title to all airport terminal building improvements that were purchased or reimbursed using
Federal funds for this CBIS Project, shall become the property of the ECAT, whether purchased
with TSA or Airport funds.
-6
HSTSO4- 10- H- CT1168
The TSA's obligations to operate and maintain the EDS, ETD and OSR equipment arise
pursuant to Federal Iaw and shall survive termination of this Agreement, but be contingent upon
the continued legislative mandate. The responsibilities of the TSA and the ECAT relating to the
ultimate disposition of the EDS equipment shall also survive termination of this Agreement.
D. Deliverables
Specific testing related deliverables are outlined in Appendix A. Appendix C identifies other
required deliverables to be submitted by the ECAT and /or Airport Project Manager.
ARTICLE VI - EFFECTIVE DATE AND TERM
For purposes of establishing the beginning date to recognize incurred costs for this Project, the
effective date of this Agreement shall be June 17, 2010. Project completion is currently
estimated to be on or about September 30, 2011 unless earlier terminated by the parties pursuant
to Article XV "Termination" as provided herein or extended by mutual agreement pursuant to
Article XIII "Changes and /or Modifications." The period of performance for this effort is
established as March 31, 2012 in order to allow the ECAT time to submit a final invoice, close
out the Project, and address any other issues. The ECAT agrees to work with TSA to close this
OTA within six (6) months of completion of construction and successful ISAT acceptance
testing of the EDS system.
The ECAT will establish and provide Project Milestones to the TSA that allow objective
measurement of progress toward completion. Project Milestones will be provided to the TSA
Deployment Manager and TSA CO within 30 days after execution of this Agreement. TSA
maintains the right to identify any additional milestones to be tracked.
ARTICLE VII - ACCEPTANCE AND TESTING
TSA will deem the CBIS Project complete upon successful results of the TSA CBIS Integrated
Site Acceptance Test (ISAT) conducted by the TSA independent Acceptance Test Contractor
and the TSA ISAT confirms that the baggage screening system has been installed in accordance
with the
TSA PGDS v 3.0 November 2009.
Successful completion requires the correction of defects identified during the TSA independent
acceptance test. Funding in the amount of $463,000 will be retained from the TSA Project
funding of $4,631,030 for the duration of the Project until the baggage screening system has
successfully passed the TSA EDS ISAT Acceptance test and any resulting deficiencies have
been corrected. Once the baggage screening system has passed the TSA EDS ISAT Acceptance
test and the deficiencies have been corrected, TSA will release the retained amount as part of the
final invoice/request for reimbursement.
ARTICLE VIII - AUTHORIZED REPRESENTATIVES
The authorized representative for each party shall act on behalf of that party for all matters
related to this Agreement. Each party's authorized representative may appoint one or more
personnel to act as an authorized representative for any administrative purpose related to this
7
•
HSTSO4- 10- 13- CT1168
Agreement, provided written notice of such appointments is made to the other party to this
Agreement. The authorized representatives for the parties are as follows:
A. TSA Points of Contact:
Deployment Project Manager /Contracting Officer Technical Representative:
Khalid Haider
Transportation Security Administration
Office of Security Technology, TSA -16
1 West Post Office Road
Washington, DC 20598 -6932
Phone: 571- 227 -1350
E -Mail: Khalid.Haider @dhs.gov
Contracting Officer:
Connie Thornton
Office of Acquisition, TSA -25 •
Transportation Security Administration
4275 Airport Road, Suite C
Rapid City, SD 57703
Phone: 605 - 393 -8191
E -Mail: Connie.Thornton @dhs.gov
Only the TSA Contracting Officer (CO) shall have the authority to bind the Federal government
with respect to funding and liability. The TSA Deployment Manager /Contracting Officer
Technical Representative (COTR) is responsible for the technical administration of this
Agreement and technical _liaison with the ECAT and/or Airport. The TSA Deployment
Manager /COTR is not authorized to change the scope of work, to make any commitment or
otherwise obligate the TSA, or authorize any changes which affect the liability of the TSA such
as amount or level of funding.
The ECAT and/or Airport must notify the TSA CO and TSA Deployment Manager /COTR in
event that any TSA employee or TSA contracted agent takes any action that may be interpreted
by the ECAT. and/or Airport as direction which consequently increases the TSA Project costs and
would cause the ECAT and/or Airport to seek reimbursement from TSA beyond the TSA's
liability as stated in the Agreement.
•
•
8
HSTSO4- 10 -H -CTI 168
B. ECAT Points of Contact:
The ECAT's Point of Contact for all correspondence is:
Chris Anderson
Terminal Manager
Eagle County Airport
P.O. Box 850
Eagle, CO 81631
Chris.Anderson@eaglecounty.us
970 -328 -2649
The ECAT's Point of Contact for invoices is:
Cindy Preytis
Eagle County Building
P.O. Box 850
Eagle, CO 81631 -0850
Cindy.Preytis@eaglecounty.us
970- 328 -3517
ARTICLE IX — FUNDING AND LIMITATIONS
TSA will provide funding to the ECAT in an amount not to exceed $4,631,030.00. Funds in the
amount of $4,631,030.00 are hereby obligated and made available for payment for performance
of this Agreement. Expenses incurred in executing the work identified herein are chargeable to:
PR: 2110200CT1168
5AV 101 B010D2010S. WE044GE013723006200622CT0 .5903001409040000.251B.TSA
DIRECT.DEF. TASK Amount: $4,631,030.00
In the event of termination or expiration of this Agreement, any TSA funds that have not been
spent or incurred for allowable expenses prior to the date of termination and are not reasonably
necessary to cover termination expenses will be returned and /or de- obligated from this
Agreement. TSA's liability to make payments to the ECAT is Limited to the funds obligated and
available for payment hereunder, including written modifications to this Agreement.
Under no circumstances will TSA be responsible to reimburse the ECAT for profit or the general
costs of government. The ECAT may recover the allowable direct costs of ECAT personnel
performing work necessary under this Agreement, as well as the allowable and allocable costs of
the contractors hired by the ECAT to perform the necessary work under this Agreement. Profit
and overhead costs for the ECAT's contractors performing work on the TSA Project are
allowable costs. Submission of a cost allocation plan is required to address any indirect costs, to
include ECAT employees, who work on multiple activities that will result in a request for
reimbursement under this Agreement. TSA will not be responsible for costs incurred by the
ECAT, its contractors or agents to perform work not in compliance with the TSA requirements in
• this Agreement. The TSA CO has the right to recoup any payments made to the SCAT if the
TSA CO Officer determines that the invoices exceed the actual costs incurred, or if the work
9
HSTSO4- 10 -H -C 1.168
substantially deviates from the TSA approved CBIS design requirements for the Project pursuant
to this Agreement.
TSA will reimburse only for allowable, allocable and reasonable costs in accordance with the
OMB Circular No. A -87 in effect on the Effective Date of the Agreement (codified at 2 C.F.R.
Part 225) and the allowable/not - allowable costs identified in Appendix F of TSA's PGDS v 3.0.
ARTICLE X — PAYMENT
The United States Coast Guard Center performs the payment function on behalf of the TSA. For
purposes of submission to the Coast Guard Finance Center, the ECAT must submit a completed
Summary Invoice. Central Contractor Registration is mandatory for invoice payment; for
information regarding the Central Contractor Registration, please refer to http: / /www.ccr.gov
Invoices for reimbursable expenses will be submitted every thirty (30) days or more frequently, as
expenses are incurred. For periods in which the ECAT has not incurred a reimbursable expense,
an invoice is not required. Expenses are considered to accrue on the date that the ECAT is
invoiced from a sub - contractor, supplier, or provider of services.
Reimbursement by TSA is conditioned upon submission to TSA of an invoice identifying the
Project costs that have been incurred and paid. The TSA intends to make payment to the ECAT
within 30 days of receipt of each properly prepared invoice for reimbursement of incurred costs.
In the event that an invoice for reimbursable expenses is not received by the TSA within a twelve
(12) month period, the TSA reserves the right to terminate the Agreement per Article XV
"Termination." In the event the Agreement is terminated, expenses that have accrued more than
thirty (30) calendar days prior to termination will be ineligible for reimbursement.
The TSA reimbursement process consists of two steps.
Step 1— Summary Invoice Submittal to the U.S. Coast Guard Finance Center for Payment,
and at a minimum should contain the following information:
(1) Agreement Number HSTSO4- 10- H- CT1168
(2) Invoice Number and Invoice Date
(3) Complete Business Name and Remittance Address
(4) Point of Contact with address, telephone, fax and e -mail address
(5) Tax Identification Number and DUN's Number
(6) Dollar Amount of Reimbursement requested
(7) Signature of the ECAT's authorized representative and the following
certification Language: "This is to certify that the services set forth
herein were performed during the period stated and that the incurred
costs billed were actually expended for the Project."
The Summary Invoice may be submitted by standard email or by electronic
transmission to the following address(s):
10
HSTSO4- 10- H- CT1168
Mailing Address: TSA Commercial Invoices
USCG Finance Center
P.O. Box 4111
Chesapeake, VA 23327
Email: FIN- SMB- TSAINVOICES @uscg.rnil
Step 2 — Submission of Summary Invoice and Supporting Documentation
Submittal to TSA for Approval of Payment:
The TSA CO and the TSA Deployment Manager /COTR are required to review and
approve all invoices prior to payment. To aid in this review, the ECAT shall provide a
copy of the Summary Invoice along with all receipts, contractor pay requests and other
supporting information which . specify the vendor, services provided, and products
delivered as well as the appropriate identifications that the Airport has paid these
obligations. The ECAT should provide this supporting information simultaneously with
Step 1 to expedite the payment process.
The Support Documentation should contain the following items:
• Summary Invoice from Step 1
• An executive summary project overview with the first invoice
• A summary spreadsheet providing a categorized breakdown of the amount
invoiced.
• Spreadsheet detailing the invoices and amounts submitted, including individual
invoice numbers, amounts and coding; grand totals; and detail on how each
invoice is distributed amongst the work areas and construction divisions
• detailed in the "TSA Pay Request" spreadsheet. •
• Signed, approved and legible copies of each individual contractor's invoice to
include schedules of values statements of work.
o Copies of contracts and change orders that provide support for the actual
work being invoiced
o Vendor /subcontractor invoices with specific details about services provided
o Vendor and subcontractor information showing employees name, rates of
pay, dates and hours worked
o Rationale for all allocations or unusual calculations or assumptions
o Proof of delivery of the equipment to the project sporisor
o Copies of subcontractor's invoices if listed on a prime contractor's invoice
as a single amount (copies of timesheets and detailed backup not required if
descriptions are clear and specific).
• Proof of payment by the Airport for each invoice in the form of copies of
check/warrants, bank wire transfers, or accounting systems transactions.
The Summary Invoice and supporting documentation may pp g y be submitted by mail via CD
or paper documents or electronic transmission to the below addresses. The final closeout
invoice should include proof that all required deliverables have been provided.
11
HSTSO4- 10- H- CT1168
Ms. Lois Frieman Connie Thornton, TSA Contracting Officer
Data Management Lead CIO Mr. John Gebhart
Transportation Security Administration Faithful & Gould
TSIF — S224J 1725 Duke Street, Suite #200
1 Post Office Way Alexandria, VA 22314
Washington, D.C. 20528 -6032
Phone: 571- 227 -5578 Phone: 703 -684 -6550 X626
Email: OSTCBD@tsa.dhs.gov Email: John.Gebhart@fgould.com
Upon completion of the review of the supporting documentation for the Summary Invoice, the
TSA CO and TSA Deployment Manager /COTR will advise the Coast Guard Finance Center
regarding payment of the Summary Invoice.
•
ARTICLE XI - AUDITS
The Federal Government, including the Comptroller General of the United States, has the right to
examine or audit relevant financial records for a er'
p rod not to exceed three (3) years after
expiration of the terms of this Agreement. The ECAT and its contractors must maintain an
established accounting system that complies with generally accepted accounting principles.
Records related to disputes arising out of this Agreement shall be maintained and made available
until such disputes have been resolved. As used in this provision, "records" includes books,
documents, accounting procedures and practices, and other data, regardless of type and
regardless of whether such items are in written form, in the. form of computer data, or in any
other form.
•
The ECAT shall maintain all records and other evidence sufficient to reflect costs claimed to
have been incurred or anticipated to be incurred directly or indirectly in performance of this •
Agreement. The TSA CO or the authorized representative of the TSA CO shall have the right to
examine and audit those records at any time, or from time to time. The right of examination
shall include inspection at all reasonable times at the offices of the ECAT or at the offices of the
ECAT's contractor(s) responsible for the Project.
The ECAT will be required to submit cost or pricing data and supporting information in
connection with any invoice relating to this Agreement if requested by the TSA CO. This
Article XI shall not be construed to require the ECAT or its contractors or subcontractors to
create or maintain any record that they do not maintain in the ordinary course of business
pursuant to a provision of Iaw, provided that those entities maintain records which conform to
generally accepted accounting practices.
The ECAT shall insert a clause containing the terms of Article XI — Audits in all its contracts
and subcontracts under this Agreement that exceed $100,000.00 (One Hundred Thousand
Dollars).
ARTICLE Kg — REQUIRED FEDERAL PROCUREMENT PROVISIONS
1. Competition in the award of contracts or procurements resulting from this Project is strongly
encouraged and the ECAT should promote competition to the maximum extent practicable. TSA
12
HSTSO4- 10- H- CT1168
acknowledges the existing design and engineering firm currently under contract by the ECAT
will be continued in support of the TSA CBIS Project.
2. The ECAT agrees to include in its contract(s) a provision that the Airport Terminal designs are
required to comply with the TSA's Planning Guidelines and Design Standards.
ARTICLE XIII — CHANGES AND /OR MODIFICATIONS
Changes and modifications to this Agreement shall be in writing and signed by the TSA CO and
duly executed by the duly authorized representative of the ECAT. Any modification shall cite
this Agreement and shall state the exact nature of the change and/or modification. No oral
statement by any person shall be interpreted as modifying or otherwise affecting the terms of this
Agreement. The properly signed modification shall be attached to this Agreement and thereby
become a part of this Agreement.
ARTICLE XIV — DISPUTES •
When possible, disputes will be resolved by informal discussion between the parties. All
disputes arising under or related to this Agreement shall be resolved under this Article. Disputes,
as used in this Agreement, mean a written demand or written assertion by one of the parties
seeking, as a matter of right, the adjustment or interpretation of Agreement terms, or other relief
arising under this Agreement. The dispute shall be made in writing and signed by a duly
authorized representative of the ECAT or the TSA. At a minimum, a dispute under this
Agreement shall include a statement of facts, adequate supporting data, and a request for relief.
In the event that the parties are unable to resolve any disagreement through good faith
negotiations, the dispute will be resolved by the TSA Assistant Secretary or his or her designee.
The parties agree that the TSA Assistant Secretary's decision shall be final and not subject to
further judicial or administrative review and shall be enforceable and binding upon the parties.
ARTICLE XV — TERMINATION
In addition to any other termination rights provided by this Agreement, either party may
terminate this Agreement at any time 'prior to its expiration date, with or without cause, and
without incurring any liability or obligation to the terminated party (other than payment of
amounts due and performance of obligations accrued, in each case on or prior to the termination
date) by giving the other party at least thirty (30) days prior written notice of termination. Upon
receipt of a notice of termination, the receiving party shall take immediate steps to stop the
accrual of any TSA additional obligations that might require payment.
In the event of termination or expiration of this Agreement, any TSA funds that have not been
spent or incurred. for allowable expenses prior to the date of termination and are not reasonably
necessary to cover termination expenses will be returned and/or de- obligated from this
Agreement.
13
HSTSO4- 10- H- Cr1168
ARTICLE XVI — CONSTRUCTION OF THE AGREEMENT
This Agreement is an "other transaction" issued under 49 U.S.C. § and 114(m)(1) and is
not a procurement contract, grant or cooperative agreement. Nothing in this Agreement shall be
construed as incorporating by reference or implication any provision of Federal acquisition law
or regulation. It is not intended to be, nor shall it be construed as creation of a partnership,
corporation, or other business entity between the parties.
Each party acknowledges that all parties hereto participated equally in the negotiation and
drafting of this Agreement and any amendments thereto, and that, accordingly, this Agreement
shall not be construed more stringently against one party than against the other. This Agreement
constitutes the entire agreement between the parties with respect to the subject matter hereof and
supersedes all prior agreements, understandings, negotiations and discussions, whether oral or
written, of the parties.
In the event that any Article and /or parts of this Agreement are determined to be void or
otherwise invalid or unenforceable, such Article or portions thereof shall Lapse. No such lapse
• will affect the rights, responsibilities, and obligations of the parties under this Agreement, except
as provided therein. If either party determines that such lapse has or may have a material effect
on the performance of the Agreement, such party shall promptly notify the other party, and both
parties shall negotiate in good faith a mutually acceptable amendment to the Agreement if
appropriate to address the effect of the lapse.
ARTICLE XVII - PROTECTION OF INFORMATION
The parties agree that they shall take appropriate measures to protect all proprietary, privileged,
confidential, or otherwise Sensitive Security Information (SSI) that may come into their
possession as a result of this Agreement.
A. RELEASE OF TECHNICAL DATA
No Sensitive Security Information (SSI), as defined in 49 CFR Parts 15 and 1520, concerning the
scope of this Agreement, shall be published or released to the public without prior written
approval of the TSA Assistant Secretary or his or her designee. Guidance regarding SSI may be
found in Appendix G, "Checked Baggage Screening Equipment Sensitive Security Information
Identification Guide ", of the TSA PGDS.
B. RECORDS AND RELEASE OF INFORMATION
All Sensitive Security Information (SSI), as defined in 49 CFR Part 1520, shall be handled in
accordance with TSA policies and regulations. All members assigned to work under this
agreement are subject to the provisions of 49 CFR Part 1520, Protection of Sensitive Security
Information, because they act for, or carry out duties for, or on behalf of the TSA. SSI may not
be disclosed except in accordance with the provisions of that rule or where TSA otherwise
•
approves.
•
I4
HSTSO4- 10 -H -CT1 168
- C. MEDIA
Neither the ECAT, the Airport nor its contractors shall make publicity announcements or
conduct any public affairs activities related to the subject matter of this Agreement unless written
approval has been received from the TSA Office of Security Technology or the TSA Office of
Strategic Communication and Public Affairs prior to any release.
ARTICLE XVIII - SURVIVAL OF PROVISIONS
The following provision of this Agreement shall survive the termination of this Agreement:
Article V — Project Responsibilities, paragraph C; Article XII — Required Federal Procurement
Provisions; Article XI — Audits; Article XIV — Disputes, Article XVII — Protection of
Information and Article XVIII — Survival of Provisions.
END OF AGREEMENT
•
•
15
• HSTSO4- 10- H- CT1168
IN WITNESS WHEREOF, the Parties have entered into this Agreement by their duly
authorized officers this day of , 2010.
U. S. Department of Homeland Security Eagle County Air Terminal Corporation
Transportation Administration "
By:
Connie Thornton Sara J. Fisher, President
TSA Contracting Officer
•
Date
Date
Copy to:
Office of Security Technology
Federal Security Director
16
HSTSO4- 10- H- CT1168
Other Transaction Agreement
Between -
Transportation Security Administration (TSA) and
Eagle County Air Terminal Corporation
Checked Baggage Inspection System
For Eagle County Regional Airport
Appendix A — TSA CBIS Acceptance Testing Requirements
Scope: TSA support for the Checked Baggage Inspection System (CBIS) Project for the
Airport's In -line Baggage Screening System will encompass design, construction and
modification of existing Baggage Handling Systems to support the installation of EDS machines.
TSA will further support this CBIS Project with the installation, start -up and commissioning,
integration and testing of EDS machines and relevant ancillary equipment.
A. TSA responsibilities with regard to the Project are listed below in sections 1.1 to 1.7
listed below. Many responsibilities are delegated to TSA contractors such as the EDS
Original Equipment (OEM) Manufacturer, TSA Site Lead Contractor, and TSA
Acceptance Test Contractor but ultimate responsibility resides with TSA.
•
1.1 EDS PLACEMENT
TSA will ship, rig and install EDS machines, baggage screening networking equipment, ETD
screening equipment and ancillary baggage screening equipment in their respective operational
locations within the Project Location. TSA, through the EDS OEM or other TSA contractors,
shall be responsible for coordinating and integrating activities regarding placement of EDS
equipment with the local TSA Point of Contact and Airport Project Team Point of Contact.
1.2 INSTALLATION SUPPORT
1.2.1 Project Management
The EDS OEM shall be responsible for providing technical support throughout the entire period
of performance during the installation project. The EDS OEM shall be responsible for all labor,
materials, equipment, and support services required for planning, managing, and supervising all
items related to the installation of the EDS units and associated ancillary equipment.
• 1.2.2 Technical Support
TSA will provide technical support to the project through existing. TSA contracts with the EDS
OEM, TSA Site Lead, and TSA Acceptance Test Lead.
• The identified TSA Site Lead should be included in all relevant planning /project
meetings relevant to TSA contributions to the Project. Project schedules and updates
• should be provided to the TSA Site Lead to ensure TSA has timely and sufficient notice
of deliverable dates.
■ The EDS OEM shall provide technical consultations to the TSA Project Manager and
Airport Project Manager regarding project efforts that may include, but are not limited to:
teleconferences; reviews of drawings and specifications; and exchanges of technical
documentation such as specifications, manuals, and guides.
17
HSTSO4- 10- H- CT1168
• TSA Test Lead shall support testing of the EDS units and their integration with the BHS
and will develop relevant test plans and reports that will be shared with the Airport
Project Manager.
• Support for the development and execution of the TSA Agreement in place between TSA
and the Airport will be provided by TSA Office of Acquisition.
■ Oversight and coordination of technical aspects of the project will be provided by the
TSA Deployment Manager.
• Local TSA personnel shall support coordination of issues between TSA Deployment
Manager and the Airport Project Manger as directed by the Federal Security Director
(FSD).
Title Name Contact Information
TSA Deployment Khalid Haider Khalid.Haider @dhs.gov
Manager 571- 227 -1350
TSA Test Manager Amy Becke Amy.becke @dhs.gov
571 - 227 -1261
TSA Office of Connie Thornton Connie.Thomton @dhs.gov
Acquisition 605 -393 -8191
TSA FSD Point of Darrell Abbott Darrell.abbott @dhs.gov
Contact 970- 203 -4233
TSA Contractor TBD TBD
Site Lead
Airport Point of Chris Anderson Chris.Anderson @eaglecounty.us
Contact 970 - 328 -2649
1.2.3 Commissioning Services
TSA, through the EDS OEM and its other TSA contractors, shall be responsible for all labor,
materials, equipment, and support services needed to assemble, power up, configure, and install
the EDS machines into the required operational condition. The EDS OEM shall provide technical
support, documentation, and installation of the EDS units and the associated local Baggage
Viewing Stations (BVS) after confirmation that ail pre - installation requirements have been met.
The EDS OEM shall coordinate with the TSA Deployment, TSA Contractor Site Lead, TSA
Acceptance Test Lead, and the Airport Project Manager's contractors to perform CBIS system
testing.
1.3 Acceptance Testing
Mandatory testing for this system includes Site Acceptance Testing (SAT) for the EDS units
following installation; pre - Integrated Site Acceptance Testing following the integration of the
EDS units with the BHS affirmed through a Test Readiness Report (TRR); and Integrated Site
Acceptance Testing (ISAT) prior to TSA acceptance of the system for operational use. See table
below for minimum lead time requirements for testing activities.
18
HSTSO4- 10- H- CT1168
Lead Times for Activity Responsible Parties
[SAT
(Days Prior to
projected test _
date)':
Site Initiation Site Planning Checklist delivered to the TSA Deployment
Airport Project Sponsor to complete to Manager, TSA Site
support CBIS ISAT Site Specific Test Plan Lead
(SSTP) development.
>100 days Completed CBIS Site Planning Checklist and Airport Project
other required site documentation received by Team, TSA Site
TSA Acceptance Test Contractor from Site Lead
Lead, to include
• BHS Specifications
• Controls Description and/or
Description of Operation (if both exist
then provide both)
• Fail -safe and /or E -Stop Zone
Drawings
• BHS Drawings, Plan View(s) (with
control stations and conveyor
numbering) and Elevation View(s)
• Available CBIS Daily Reports shall be
provided during ISAT testing and
throughout the Run -In period. These
reports should meet the requirements
described in PGDS Appendix D1 of
the PGDS.
• Conveyor Motor Manifest
It may be necessary to supplement the above
material with additional documentation, such
as:
• Installation Phasing Plan Narrative
and Phasing Plan Drawings
• Construction and Testing Schedule(s)
• Sample CBIS Report that presents the
status of bag arrivals at CBRA.
Ideally, a break -out of all possible •
statuses presented for bag arrivals at
CBRA will be provided in this report.
> days On -site Site Survey Meeting held to assist in Airport Project
preparation of the SSTP and to conduct initial Team,
test coordination. This visit will allow the TSA Deployment
TSA Acceptance Test Contractor to tour the Manager, TSA Site
site, review the completed Site Planning Lead, TSA
Checklist with the Project Team, and initiate Acceptance Test
• 19
•
HSTSO4.10- H- CT1168
•
the SIDA badge application process, if Contractor
required. TSA Site Lead coordinates .
schedule with Project Team and TSA's
Acceptance Test Contractor.
90 to 60 days SSTP is developed by the Acceptance Test TSA Acceptance
Contractor and a draft is submitted to TSA Test Contractor
Deployment Manager.
60 to 45 days TSA Deployment Manger submits feedback TSA Deployment
for the draft SSTP to Acceptance Test Manager
Contractor.
>45 days SSTP is revised, based on TSA Deployment TSA Site Lead, TSA
Manager feedback, and is delivered to the Acceptance Test
Project Team Contractor, Airport
Project Team
45 to 30 days SSTP is revised, based on Project Team TSA Acceptance
review, and final version is submitted to TSA Test Contractor,
OST and Project Team. Any system changes TSA Deployment
following acceptance of SSTP must be Manager
formally reviewed and approved by the TSA
Deployment Manager for required test
revisions.
Test coordination meeting between TSA Site Airport Project
>30 days Lead, TSA Acceptance Test Contractor, and Team,
Airport Project team to review the final SSTP, TSA Deployment
coordinate o 'stic
1 r s &man ower, and to Manager, g i
P g , TSA Site
• review the TRR process and specific tests to Lead, TSA
be performed. Any requests for deviation Acceptance Test
from the SSTP testing requirements must be Contractor
delivered in writing to the TSA prior to this
meeting for review and response. This is last
chance for the Airport Project Team to
disclose any test standards that cannot be met
in writing and formally justify exemption
from said test criteria. Final revisions to the
SSTP will be made, including the
incorporation of exemptions approved by the
TSA Deployment Manager, if applicable.
Typically 14 TSA Acceptance Test Contractor will ship Airport Project
days to 1 day test articles. Airport Project Team receives Team, TSA
test articles and stores as appropriate. Acceptance Test
Contractor
>11 business Project Team delivers internal pre -ISAT test
days results to Site and TRR readiness Airport Project
confirmation letter to the TSA Site Lead. Team, TSA Site
Upon successful review, the TSA Site/TRR Lead
Lead is deployed to the site within 7 days.
•
20
HSTSO4- 10- H- CT1168
•
> business days TSA Site Lead performs the TRR. Airport Project
Team, TSA Site
Lead
>3 business days When notice of successful TRR is provided Airport Project
no later than COB Wednesday (5:00 p.m. Team, TSA Site
EST), ISAT deployment will occur the Lead, TSA
following Monday. If delivered any time Acceptance Test
Thursday through Sunday, test team Contractor
deployment will occur on the second Monday.
2 business days TSA Acceptance Test Contractor travel day TSA Acceptance
(normally Monday) Test Contractor
1 to 0 business TSA Acceptance Test Contractor Airport Project
days mobilization activities (normally Tuesday). Team, TSA
Activities will include an In -brief meeting for Acceptance Test
all stakeholders. Contractor
Test start Normally Tuesday or Wednesday. TSA Airport Project
Acceptance Test Contractor will accept PLC Team, TSA
code from TSA Site Lead or Airport Project Acceptance Test
Team at the time of testing. The Acceptance Contractor, TSA Site
Test Contractor will collect BHS conveyor Lead
details for specific sections of the CBIS. Prior
to departing the site, an Out -brief meeting
will be held for all site stakeholders.
<1 business day QLR is submitted by the TSA Test TSA Acceptance
after ISAT data Acceptance Contractor to TSA Deployment Test Contractor,
P ,
analysis is Manager. TSA Deployment
complete Manager
TSA OST Following TSA QLR review and approval for Airport Project
discretion live operations, substantial use live operations Team, TSA
(run -in) may begin. The TSA Acceptance Acceptance Test
Test Contractor will collect daily CBIS Contractor, TSA
reports from the Airport Project Team at one- Deployment
week intervals, as previously coordinated. Manager
Typically 228 The TSA Acceptance Test Contractor Airport Project
days or more remotely monitors system performance during Team, TSA
from start of the substantial use live operations run -in Acceptance Test
substantial use period and analyzes at least 21 days of run -in Contractor
data received from Airport Project Team.
3 to 5 business The TSA Acceptance Test Contractor . Airport Project
days following observes system operation on -site and collects Team, TSA
completion of 21 any necessary remaining data to analyze a Acceptance Test
days of nun -in minimum of 30 days of run -in data. In Contractor, TSA Site
data analysis addition, PLC code is collected from the TSA Lead
Site Lead or Airport Project Team. The TSA
Acceptance Test Contractor will also collect
21
HSTSO4- 10 -H -C71168
BHS conveyor details for specific sections of
the OBIS.
3 to 5 business TSR, if required, is submitted by the TSA TSA Acceptance
days following Acceptance Test Contractor to TSA. Test Contractor,
completion of 30 TSA Deployment
days of run -in, Manager
data analysis, .
and on -site
observations
<20 business SSTR is submitted by the TSA Acceptance TSA Acceptance
days from Test Contractor to the TSA Deployment Testing Contractor,
conclusion of 30 Manager. TSA Deployment
days of run -in, • Manager
data analysis,
and on -site
observations
1.3.1. Site Acceptance Testing (SAT)
The EDS OEM shall coordinate and conduct SAT testing on the EDS machines in the presence
of a TSA/OST designated government witness (normally the TSA Acceptance Test Contractor.)
The EDS OEM shall implement and coordinate testin g by issuing b issuin a Test Readiness Notification
(TRN) at least 7 days prior to the scheduled SAT testing. Passing SAT results are required prior
to integration of EDS to the BHS and to certify equipment readiness for operational use in
screening baggage. In the event that supplied EDS units cannot meet SAT test requirements,
TSA will ensure that any defects are corrected or that the EDS unit is replaced.
1.3.2. Site Specific Test Plan Development (SSTP)
TSA has arranged for its Acceptance Test Contractor to develop a Site Specific Test Plan based
on testing criteria outlined in the TSA CBIS Planning Guidelines and Design Standards
Appendix D -2. The SSTP will be based on the Airport Project Manager responses to a Site
Planning Checklist to be completed >100 days in advance of the OBIS Integrated Site
Acceptance Testing. The Final SSTP shall be delivered to the Airport Project Manager 30 days
in advance of projected ISAT start-up. This is preceded by reviews of the draft SSTP by the
TSA Deployment Manager 60 -45 days prior to testing and by the Airport Project Team 45 -30
days prior to testing. The TSA Site Lead and Acceptance Test Lead shall participate in a Test
Coordination meeting no less than 30 business days prior to the projected ISAT start up to ensure
that all Airport Project Team concerns and questions about the ISAT test plan are resolved and to
coordinate logistical and technical needs. Any requests for deviation from the SSTP testing
requirements must be delivered in writing to the TSA Deployment Manager prior to this test
coordination meeting for review and response.
The TSA Deployment Manager will review /evaluate any requests for phased testing (e.g. non-
consecutive testing activities requiring multiple TSA Test Team trips). Such requests must be
supported by compelling justification and submitted in writing to the TSA Deployment Manager
well in advance of SSTP development. Programming or mechanical changes made before ISAT
22
HSTSO4- 10 -H -CTI 168
(typically during Contractor pre- testing or TRR) must be documented and provided to the TSA
Deployment,Manager and Acceptance Testing Contractor. This is last chance for Airport Project
Team to disclose any test standards that cannot be met in writing and formally justify exemption
from said test criteria.
1.3.3. Integrated Site Acceptance Testing (ISAT)
Scheduling and Coordination: Construction schedule including the ISAT start date(s) and
duration(s) shall be shared with the TSA Site Lead at 120, 90, 60, 30, and 14 days from the
anticipated ISAT start date. This schedule shall be distributed each time changes are made to the
ISAT start date and/or duration. Changes made to the schedule within two weeks of the planned
ISAT start date may relieve the TSA of the obligation to begin testing within three business days
of the TRR. In this situation, the ISAT start date could depend on TSA's testing workload and
resource allocation.
•
Test Results and Reports: an R ports:
Testing results will be shared in hard copy format with the Airport Project Manager through the
local TSA Point of Contact. Test results will identify security, efficiency and safety concerns.
There are four (4) possible test outcomes:
• Meets Criteria — System meets TSA PGDS Requirements;
• Meets Waivered Criteria — System meets TSA's PGDS requirements and TSA
Deployment Manager waivered criteria.
• Defects Found — TSA may system the s stem but further work is needed to correct defects;
• Fail — TSA will not staff the system; Airport should resolve issues as published and
prepare for re- testing
In the event ed
of a failed result, r strlt, TSA reserves the right to defer any subsequent re -tests for a
period of at least 30 days.
1.4 INTEGRATION SERVICES
1.41. BHS Support
The EDS OEM shall assist the Airport Project Manager's BHS contractor to establish digital and
serial communication for the EDS units. Once communication between devices has been
established, the EDS OEM shall provide the following support and integration services.
• Assist the BHS contractor to obtain efficient EDS operation.
• Provide on -site Integration Engineer Support Services to facilitate the entire integration
effort with the BHS.
at Be available to support system testing and validation conducted by internal or external
organizations including Site Specific Test Plan (SSTP) for the Integrated Site Acceptance
Test (ISAT) and pre -ISAT project testing and throughout the planning phases including
the issuance of the ISAT TRN and TRR.
• During initial system operations run of live checked baggage, provide technical
assistance as requested by TSA and /or the Airport Project Manager.
1.4.2. Software and Hardware
Following SAT and throughout the integration effort, the EDS OEM shall install and test the
required software and hardware to allow for digital and serial communication between the EDS
23
HSTSO4- 10- H- CT1168
and the BHS PLC if required. Functionality of the EDS/BHS interface hardware and software
shall be verified by the EDS OEM at the interface box prior to working with the Airport BHS
contractor to ensure a proper operating PLC interface and to avoid delays.
1.5 SYSTEM NETWORKING
1.5.1 Network Infrastructure
The EDS OEM shall provide required patch cables and miscellaneous hardware to interface
between network patch panel and EDS OEM supplied networking components.
1.5.2 Network Services
The EDS OEM shall provide: training for TSA staff; coordination and support for TSA and
testing certification; and resources to conduct installation, testing, and initial operational support
for networking. No other network may interface with the networked airport screening solution.
The implemented assigned network for operation shall be an isolated, stand -alone network.
1.6. TRAINING
TSA will provide training for TSA screening staff on the operation of the CBIS EDS, ETD and
OSR equipment.
•
1.7. MAINTENANCE
Upon successful completion of SAT testing for each ED's machine, TSA will maintain and
repair the EDS, ETD and OSR units throughout their lifecycles.
B. AIRPORT PROJECT MANAGER'S RESPONSIBILITIES with regard to the Project
are listed below in sections 2.1 to 2.5 listed below.
2.0 DESIGN
The Airport Project Manager will undertake design of a CBIS baggage screening system in
accordance with the TSA PGDS which meets the needs of the Airport and TSA FSD. The
Airport Project Manager shall submit designs at 30 %, 70% and 100% intervals to TSA for
review. The Airport Project Manager shall respond to TSA design review continents promptly
and in writing.
2.1 CBIS EDS PLACEMENT
The Airport Project Manager shall ensure that the CBIS Project site will be ready to
accommodate the installation s aIlation of the EDS machines and associated equipment. qurpm The Airport
Project Manager shall provide adequate protection to airport infrastructure during any and all
ED's movements. The Airport Project Manager shall coordinate with the EDS OEM to integrate
all activities regarding placement of EDS equipment. The Airport Project Manager shall provide
reasonable measures to protect the EDS and ETD equipment from damage in the screening area.
2.1.1 Site Readiness and Storage
The Airport Project Manager shall confiu n site readiness to receive EDS units to the TSA
Contractor Site Lead no later than 10 business days prior to requested delivery date. Site
readiness shall address availability of permanent power; removal of obstacles to the rigging path;
and adequacy of physical environmental conditions within the delivery area that meet EDS OEM
24
r -
HSTSO4- 10- 11- CT1168
standards for protecting the EDS units: The Airport Project Manager shall provide secure
storage for the EDS units and ancillary equipment (such as computer monitors) if site conditions
at the time of delivery do not provide adequate protection. The Airport Project Manager shall
provide secure storage space for hardware associated with EDS integration and multiplexing
until it can be installed by EDS OEM Integration Support Staff. Failure to meet these minimum
requirements may result in reallocation of CBIS equipment to other sites, thus affecting the
airport's overall project schedule.
2.1.2 Rigging Services
The Airport Project Manager will be responsible for providing rigging path verification, ingress
path, and /or structural analysis. If required, the Project Manager will remove and replace any
walls, windows, glass, doors, or other physical barriers in support of rigging activities.
2.2 INSTALLATION SUPPORT
2.2.1 Power Requirements
The Airport Project Manager will provide terminations to the EDS machines for electrical power.
The Airport Project Manager will be responsible for providing all infrastructure power
• requirements including separate metering. If applicable, the Project Manager will design and
install all power requirements to terminal locations within the OSR room, CBRA area, and at the
EDS machine locations. The Airport Project Manager will provide cabling from terminations to
EDS equipment. The Airport Project Manager shall attest to the availability of power supply to
adequately support the EDS and associated equipment in accordance with OEM specifications
and be liable for damage to this equipment resulting from deviations to accepted power supply
conditions.
2.2.2 Commissioning Services
The Airport Project Manager will be responsible for obtaining all other infrastructures not
mentioned in Section 2.2.1 to support EDS machine operations and maintenance.
2.3 INTEGRATION SERVICES
The Airport Project Manager shall ensure that the BHS Contractor coordinates with EDS OEM
in support of integration activities (e.g. installation and testing the required software and
hardware to allow for digital and serial communication between the EDS and the BHS PLC) as
needed. Terminations to the EDS machines for BHS PLC communication shall be performed by
the Airport BHS contractor.
2.4 NETWORKING
2.4.1. Network Infrastructure -
The Airport Project Manager will design and install all communication conduit, fiber, etc. as
required by the EDS OEM's design criteria for the EDS and EDS networking system, including
but not limited to connectivity of the OSR Room, CBRA area, and the Baggage Control Room as
required. Exact parameters will be reviewed at Project start -up by TSA.
The Airport Project Manager will provide cabling and network patch panels in TSA control
rooms, CBRA search areas, and the TSA network room as determined by the network design
conducted in conjunction with the.Airport Project Manager. The EDS OEM shall provide
25
HSTSO4 -1 o- H- CT1168
required patch cables and Miscellaneous hardware to interface between network patch panel and
EDS OEM - supplied networking components. The Airport Project Manager will provide all
electrical outlets to support installation and operation of a fully multiplexed CBIS explosive
detection system.
2.4.2. Network Services
No other network may interface with the networked airport screening solution. The implemented
assigned network for operation shall be an isolated, stand -alone network.
2.5. ACCEPTANCE - TESTING SUPPORT
The project schedule shall allow for sufficient time to conduct mandatory testing of the EDS .
units after installation and integration. The project schedule shall also factor in minimum lead
times for notification of readiness for. testing (7 days for SAT;-3 days for TRR; and at least 3
business days for ISAT.) The Airport Project Manager shall identify operational windows in
time in which testing activities can be accomplished. Testing activities will be scheduled for
' normal 8 -hour business days (Monday - Friday) and should not include holidays.
Requests for overtime or multiple shifts are discouraged and will only be considered based on
compelling justification. The TSA Deployment Manager will review /evaluate any requests for
phased testing (e.g. non - consecutive testing activities requiring multiple test team trips). Such
requests must be in writing supported by compelling justification and submitted to the TSA
Deployment Manager well in advance of SSTP development. Programming or mechanical
changes made before ISAT (typically during Contractor pre - testing or TRR) must be
documented and provided to the TSA Deployment Manager and Acceptance Testing Contractor.
2.5.1 Site Specific Test Plan (SSTP)
The Airport Project Manager shall ensure that information needed to develop an accurate SSTP
is provided to TSA Test Acceptance Manager at the earliest opportunity, but no later than 100
days prior to the requested testing date. Required documentation includes:
• The Site Planning Checklist
• • BHS Specifications
• Controls Description and/or Description of Operation (if both exist then provide both)
• Fail -safe and/or E -Stop Zone Drawings
• BHS Drawings, Plan (with control stations and conveyor numbering) and Elevation
Views
• Available CBIS Daily Reports shall be provided during ISAT testing and throughout the
Run -In period. These reports should meet the requirements described in the PGDS
Appendix Dl.
• Conveyor Motor Manifest
It may be necessary to supplement the above material with additional documentation, such as:
• Installation Phasing Plan Narrative and Phasing Plan Drawings
• Construction and Testing Schedule
• Sample CBIS Report that presents the status for bag arrivals at CBRA. Ideally, a break-
- out of all possible statuses presented for bag arrivals at CBRA will be provided in this
•
report.
26
HSTSO4- 10- H- CT1168
All drawings shall be clearly visible and readable when plotted on Arch D Size Stock. All
documents shall be submitted electronically (e.g. text documents in MS Word or PDF and
drawings in AutoCAD [.dwg] or PDF.)
Any system constraints that will prevent compliance with TSA testing and performance criteria
must be disclosed in writing to TSA as far in advance as possible to allow for evaluation of
applicable waivers. Any restrictions on system availability and accessibility for testing shall be
disclosed. Cutover plans including any phasing plans that will affect the TSA Acceptance Test
Contractor's ability to test the full system from ticket counters through the outbound/sortation
system shall also be disclosed to allow for the development of an accurate SSTP. Cutover plans
that will result in multiple testing phases shall also be presented to TSA in writing for review and
approval in advance of the projected test start date.
The Airport Project Manager will have the opportunity to review and comment on SSTP in
advance of testing. Comments and/or questions should be directed to the TSA Deployment
Manager and the TSA Site Lead.
2.5.2. Test Readiness Report (TRR)
This pre -ISAT activity is conducted by TSA Site Lead in coordination with the Airport Project
Team (typically the BHS Contractor.) The purpose of this testing activity is to assure TSA of
site readiness for ISAT and is a precursor for TSA authorization for TSA Test Acceptance Lead
to deploy. The Airport Project Manager Team, will be provided TRR data sheets by the TSA Site
Lead. BHS /CBIS configuration and operation shall be in final form intended for bag screening •
operations. Unless mutually agreed to, changes /improvements to BHS /CBIS between TRR and
ISAT are not authorized. The Airport Project Manager Team
p J g must address securi ty and
efficiency defects found during TRR and be prepared to implement mutually agreed upon
corrective actions prior to ISAT.
Required input from the Project Team will include:
Functional Testing Documentation: Testing authentication must be clearly reported and show
every test with bag ID and declared status on printed EDS ]DRS (Field Data Reports) and
resulting bag destination. Ledger forms should show test date, type of test, identification of bag
destination location, and ID number of the bags arriving at that location. Sample ledger forms
• will be provided in the SSTP.
• These reports should be organized and indexed in a loose -leaf binder(s)
• Each test shall conclude with an indication of successfully passing the required criteria of
BHS specification and testing criteria and if conflict or failure exists, then so indicate
with an explanation.
• Presentation of completed testing and TRR required documentation to TSA Site Lead not
less than 7 business days prior to anticipated Pre -ISAT date is required.
System Mixed Bag Test and System Throughput Test Observation: Sufficient numbers of
test bags (no less than 100 test bags per EDS) will be utilized to "stress" the BHS /CBIS as would
occur during peak operating times. Test bag set profile should be similar to the TSA Acceptance
Test Contractor's test bag profile.
27
•
HSTSO4- 10- H- CT1168
• A real -time observation by TSA Site Lead of a global BHS /CBIS System Mixed Bag
Test and System Throughput Test using clear and suspect bags is required.
• All EDS equipment must be operational.
• All baggage entry points must be utilized.
ISAT: The TSA Site Lead performs the TRR. If successful, a Test Readiness Notice is issued to
TSA and the TSA Acceptance Test Contractor for ISAT deployment. IF delivered by COB
Monday through Wednesday (5:00 p.m. EST), ISAT deployment will occur the following
Monday. If delivered any time Thursday through Sunday, ISAT deployment will occur on the
second Monday. If changes are made to the system following TRR without prior coordination
with TSA, ISAT testing shall be postponed pending submission of documentation for review and
evaluation by TSA and its Acceptance Test Contractor (see paragraph 2.5.7)
2.5.3. Logistical Support Needs: The Airport Project Manager shall identify any logistical or
support needs that will impact TRR and ISAT testing, to include:
• any process needed to obtain sufficient baggage tags should the system use IATA
baggage tracking mechanisms, or blank bag tags if the system does not use IATA
baggage tracking mechanisms;
• any process needed to obtain sufficient baggage tubs /totes (typically 20 per installed EDS
machine)
• any process needed to obtain airport badges /access for TSA Acceptance Test Contractor
personnel; and/or personnel escorts
• availability of baggage handling support for testing activities; and
• availability of support for delivery and secure storage of TSA Acceptance Contractor test
bags for ISAT (100 bags per EDS machine.)
2.5.4. ISAT Testing: The TSA Acceptance Test Contractor will meet with the Airport Project
Manager Team at least 30 days prior to testing to coordinate the conduct of ISAT testing. The
TSA Acceptance Test Lead and the Airport Project Manager Team will finalize details relating
to the scheduling and duration of the testing. (Generally allow 1.5 days per EDS line and 1.5 •
days per each system Sort Testing and Rate Testing.)
2.5.5. Test Results and Reports
In the event of a Defects Found or Failed result during TRR or ISAT testing, the Airport Project
Manager Team shall report corrective actions to be applied and the timeline associated with said
corrections. If constructed system fails testing, TSA will work with the Airport Project Manager
Team to identify corrective solutions. TSA is not obligated to accept or operate a baggage
screening system that does not meet the minimum test standards.
2.5.6. Operational Run -In
The Run -In period will extend for a minimum of 30 days from the start of substantial operations
with cutover of substantial input and output lines. This period of time shall be discussed and
agreed to by all parties during the SSTP development process, and reconfirmed at the completion
of the ISAT. This period shall also be dependent on resolution of deficiencies found during
testing and Run -In. Once a week during the Run -In period, the project authority or their
authorized representatives shall forward electronic versions of all CBIS Daily Reports required
28
•
HSTSO4- 10- H- CT1168
by Appendix D1.23 of the PGDS. These reports will be supplied to TSA and their deployment
and testing contractors. Additionally, a CBIS report that presents the status for bag arrivals at
CBRA should be provided in support of Run -In period.data collection, as was made available
during ISAT testing. Statuses to be reported include at a minimum: Total Bags, Suspect, Clear,
Unknown, No Decision/Pending Decision, Lost in Tracking, Oversize, and Out -of -Gauge Bags.
Ideally, a break -out of all possible statuses presented for bag arrivals at CBRA will be provided
in this report.
After receipt, review and analysis of at least 21 days of performance data, TSA and their
Acceptance Test Contractor will deploy to the site to physically verify closure of open
deficiencies, and observe system operation against the data reported. During this time,
measurements of belt speeds for security tracking zone conveyors will be performed. These Run -
In period measurements will be recorded and reported together with similar measurements made
during mobilization for CBIS ISAT testing. Based on the data analysis and physical
observations, a recommendation will be made to TSA via a Test Summary Report (TSR) to end
the Run -In period, extend the Run -In period, and /or change the operational status of the CBIS.
2.5.7. Post Commissioning Activities:
The TSA Site lead will conduct 30 -day operational run -in observations of the system following
successful ISAT testing.
The Airport Project Manager shall provide a written response outlining corrective actions that
will be taken due to outstanding deficiencies, and action res, a trop rtems rdentrfred•rn the ISAT Test
Report within three (3) months.
For the continued and secure operation of the CBIS, all changes to the BHS system that impact
the CBIS operation after its initial commissioning must be reviewed, evaluated, and endorsed by
TSA before they are implemented by the Airport. The following procedure P y rp g p ure is to be followed for
all changes to CBIS systems other than those required for normal routine and periodic
maintenance/repairs to the BHS system. The Airport/Airline responsible for the BHS system
shall assemble an information package for submittal to TSA Office of Security Technology
which includes the following minimum information.
• Written description of all proposed physical and programming changes to the BHS
and CBIS system(s)
• Reason for proposed change(s)
• Anticipated impact to system operation (e.g. increased throughput, lowered tracking
losses, elimination of bag jams)
• Drawings showing affected areas •
• Any potential security, tracking or efficiency impacts, including impacts on TSA
manpower or operations
• Proposed date of changes
This acka e shall be delivered to the local TSA FSD who shall review the package. The local
7? g h aka
P g
TSA FSD shall add any comments he /she may have and forward the package to TSA Office of
Security Technology at the following address:
29
•
HSTSO4- 10- H- CT1168
Transportation Security Administration
Office of Security Technology, TSA-1 6
TSIF Building
1 West Post Office Road
Washington, DC 20598 -6032
The TSA Office of Security Technology will review and analyze the efficacy and impact of these
changes to determine if it may be necessary for TSA to re- certify the CBIS system. Once the
review has been completed, TSA shall notify the kcal TSA FSD and the Airport/Airline with the
TSA recommendation and testing requirements for the system changes. -
•
•
•
30
APPENDIX 13, Schematic, Project Cost and Milestone Schedule
Schematic
1 I IMMO i
0 ___________ t
" ; I iii
4 & ___ ...,,..
is 1---- 1..
___1 FS 1 1 1 1 RIR
..,
1 c) -------- 1 iii 7 --
j111' JII i____
E ■ III I 1 I T Lin
__________ 1 ----- .1514 1
1
I
--------•— ---i— —
1 i
-----t— -— — -- 111 1
—
tit . 1
____...
--- IRE
$
9 i • 5V r I i
II
li ir5 - 7:-41 ,
li} !mirkii I
lop .. __)-
1 - .,
' ‘.- r, 9 111K1.1
VI' [' .-,i,
.., .__ ...--_,..„.. m
h ..... , r :, — E. ME II. • I
e 11 11 ..
1
' r .7' '- '
,
1111. 1 ' , L,' :.-.,'.-,--., it
...,., ,
,..
® • gi ..
i11
al . ' :I • : 111E
1 WI: il -.1' I
- - _ .1 • .
al - ' -
-
I I I I I
309 640 0 6 I i (
1 I 1
•
5 gi! flhI 1 i 1111
' i 1 ic : EGE INLINE BAGGAGE
SCREENING g 1
F
‘
-4, k I — MITILMTear i g g i I la
a + 1 , f l ji
. .I .
•
HSTSO4- 10- H- CT1168
Project Cost
BHS Costs $3,278,035
Other Hard Costs $545,313
Subtotal Hard Construction Costs $3,823,348
1 1
. ; r �
0,011: Sum1Tt9 AI-- 4 ( ' =l
Construction Contingency 12% $458,802
Design w /Construction
Admin 8% $305,868
Project & Const Mgmt 6% $229,401
Escalation 1.50% $57,350
Soft Costs
Subtotal $1,051,421
;f : slog a ,y wig ',, '+' r':R `Fin,. s...4¢° i „r �-y. s }�W g . nr ipYq Wa. 3 �i Wit, 4 a w , jit,.yd t,',:
i4' u
14 s?" 3y gg v -144. ' � trkli t a ,' t
..r p iN � gge r iWY 03
�S�d e� `�� � .ul; '�r � � a �.� ' � 3rd �
•
•
33
. 4 1 =' f
4 F t
iv ....-.„,_ • ....,, p. .,.: ,, _
4 .„-`7.- .0 , '-'19 4-14:.'4',116,..06351 • (= { j I
�b+S ? ? rt " {� n rY n v I r n Y I h r n t �� n t {r _ F n LL
0 40 " ",-Ji 1 ‘?„' '',- 1 -°:, .,
01 o t 6 ,-,t ' 1 -
r 4 I
t 7r = W n it r' la - iiiiiiiiiioiiiiii'
w
ti
w
O
V o
� N
C re
i O W
c
o
uj U
W 0
F- R to
Q E •- .-
O 0 a n,
co W H — 1111111111101111111111I
Q U W
a.
Z
[n to _-- ._. ._._ _ .___.
a 0- 000 - (:',11. 0 0 0 0 0
p o o- 0 0 0 - (7,101 0 0 0 0 0
cm X
Si ¢ N l c��, 0 - 0 0 M 0 0 co N
e '- C, 2 es
W N co • • c o Lc) O cti sP [o u> p to 45 N
Rf Q 0 0 ;P N N CO •• N M N
e o 0 U W N
p 69- u4 - 69 69- ss - qtr 69 69- to 63 63 69 . - - -
�, m w
o
U Z co
C
H 1M1I a
c�
ci 0
i Q �' a) t 3 t o') -- u, o t • 0
Z Q U W 1 0 o c o clef --.>: U
c ° E w E t U ,- c
a, o c
Ili 1- J V > F V o Q ° i N
Q a F m g te a ` c = T o cn r T
a W 4 1 11 1 C C w V y N U m z a, y 0 .•+ t4 C E C U N J N W U ;r ;r p c p w o ' n 'o > Z H l � U �,o U Qc as a° W � i o rn > zs x E IT
13' C Z o E (/) F. 4 ' U o c m y .� o c U R a c o c ' c o L . -
Z G H Z c m e u, a t .� • a > fl c E o . ? o
W o C U W m c .. 0, 0 c . c . , .:4 0 `m o `� n Q 3 a o ? a�i w m o c o o
z 0 H 0 0 1 . - c v , v � 'x o 0 m ° r 0- C cn W U. 0 c) u. FL o: � UJ U ED U J
o Q .5 U a m �, �, ` o c��,UZ
• t MI .c C V i Q E N M co N M r N M rLc) CO n M ` r N M
CC
° N M u co 1� 00 °> N N N N N N N M M M
2 2 O C'1 y ° .c � � W a
0- - a W
0 0 x mo a gW R Oonon00000ni o