Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT18-007 John Bean Technologies Corporation dba Jetway SystemsAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
JOHN BEAN TECHNOLOGIES CORPORATION
DBA JETWAY SYSTEMS
THIS AGREEMENT (“Agreement”) is effective as of _________________________________
by and between John Bean Technologies Corporation d/b/a Jetway Systems, a Delaware
corporation (hereinafter “Contractor”) and Eagle County Air Terminal Corporation, a Colorado
non-profit corporation (hereinafter “ECAT”).
RECITALS
WHEREAS, ECAT desires to engage Contractor for fabrication and installation of four (4)
passenger boarding bridges for the terminal remodel project (the “Project’) at the Eagle County
Regional Airport located at 219 Eldon Wilson Road, Gypsum, Colorado 81637 (the “Property”);
and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time,
skill, expertise, and experience necessary to provide the equipment, materials and installation
services as set forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and ECAT in
connection with the procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor
and ECAT agree as follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or
products (“Equipment”) necessary for the Project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the fabrication and installation
of the four (4) passenger boarding bridges described in Exhibit A (“Services” or “Work”) which
is attached hereto and incorporated herein by reference. The Services shall be performed in
accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the construction
schedule for the Airport terminal remodel project, attached as Exhibit A. Contractor agrees to
furnish the Services in a timely and expeditious manner consistent with the applicable standard
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
2
ECAT Procurement and Installation Final 5/14
of care. By signing below Contractor represents that it has the expertise and personnel necessary
to properly and timely perform the Services. The Services shall commence on April 1, 2019 and
shall be substantially complete by June 10, 2019 (the "Substantial Completion Date") in
accordance with the schedule established in Exhibit A. For purposes of this Agreement,
“Substantial Completion” or "substantially complete" means the first date when all of the
following have occurred: the date that the Architect and Eagle County Project Manager have
certified that installation is sufficiently complete in accordance with this Agreement such that
ECAT can occupy or utilize the Work for the purpose for which it is intended and the local
jurisdiction has issued a Temporary Certificate of Occupancy, if required.
b. 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.
c. ECAT shall have the right to inspect all Equipment. Inspection and acceptance
shall not be unreasonably delayed or refused. In the event ECAT does not accept the Equipment
for any reason in its sole discretion, then Contractor shall upon ECAT’s request and at no charge
to ECAT:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. Liquidated Damages.
a. ECAT and Contractor recognize that time is of the essence in the performance of
this Agreement and that ECAT expects the Project to be substantially complete by the Substantial
Completion Date, in accordance with the construction schedule for the Airport terminal remodel
project, attached as Exhibit A. They also recognize the delays, expense, and difficulties involved
in proving a legal or arbitration preceding the actual loss suffered by ECAT if the Project is not
substantially complete by the Substantial Completion Date. Accordingly, instead of requiring such
proof, ECAT and Contractor agree that as liquidated damages (but not as a penalty) for delay
beyond the Substantial Completion Date, Contractor shall pay ECAT five thousand dollars
($5,000.00) for each day that expires after the Substantial Completion Date, until the Project is
complete.
b. If Contractor believes that a contract extension should be granted due to delays
caused by excusable, inclement weather, it may request a contract extension in writing from the
Aviation Director or the Eagle County Project Manager. ECAT shall thereon grant an extension
equal, in ECAT's reasonable opinion, in duration to the delay, if any, that was caused by the
excusable, inclement weather. Excusable, inclement weather is excessive snowfall, excessive
rainfall, excessive freezing temperatures or excessive wind conditions, the degree or duration of
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
3
ECAT Procurement and Installation Final 5/14
which varies in excess of the average conditions expected, which is unusual for the particular time
and place where the work is to be performed, or which could not have been reasonably anticipated
by Contractor.
c. The completion date set forth in Paragraph 1 a. above includes a reasonable time
for the reviews and approvals required by this Agreement. Should Contractor be unreasonably
delayed by the failure of any person or entity to provide review or approval within such reasonable
time, Contractor may be entitled to an appropriate extension of time after a written request for such
extension has been submitted to and approved by the Eagle County Project Manager in writing.
No time extension will be granted unless a determination is made by ECAT, in its sole discretion
that good cause exists for such extension.
3. ECAT’s Representative. The Aviation Director or its designee shall be Contractor’s
contact with respect to this Agreement and performance of the Services.
4. Term of the Agreement. This Agreement shall commence upon the date first written
above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect
through the 10th day of June, 2019.
5. Extension or Modification. Any amendments or modifications shall be in writing signed
by both parties. No additional services or work performed by Contractor shall be the basis for
additional compensation unless and until Contractor has obtained written authorization and
acknowledgement by ECAT for such additional services in accordance with ECAT’s internal
policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change
orders, express or implied acceptance of alterations or additions to the Services, and no claim
that ECAT has been unjustly enriched by any additional services, whether or not there is in fact
any such unjust enrichment, shall be the basis of any increase in the compensation payable
hereunder. In the event that written authorization and acknowledgment by ECAT for such
additional services is not timely executed and issued in strict accordance with this Agreement,
Contractor’s rights with respect to such additional services shall be deemed waived and such
failure shall result in non-payment for such additional services or work performed.
6. Compensation. ECAT shall compensate Contractor for the Equipment and performance
of the Services in a sum computed and payable as set forth in Exhibit A. The Equipment and
performance of the Services under this Agreement shall not exceed $2,420,553. Contractor
shall not be entitled to bill at overtime and/or double time rates for work done outside of normal
business hours unless specifically authorized in writing by ECAT.
a. Payment will be made for Equipment and Services satisfactorily performed within
thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall
include detail regarding the hours spent, tasks performed, who performed each task and such
other detail as ECAT may request.
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
4
ECAT Procurement and Installation Final 5/14
b. If, at any time during the term or after termination or expiration of this
Agreement, ECAT reasonably determines that any payment made by ECAT to Contractor was
improper because the Equipment or Services for which payment was made were not provided or
performed as set forth in this Agreement, then upon written notice of such determination and
request for reimbursement from ECAT, Contractor shall forthwith return such payment(s) to
ECAT. Upon termination or expiration of this Agreement, unexpended funds advanced by
ECAT, if any, shall forthwith be returned to ECAT.
c. ECAT will not withhold any taxes from monies paid to the Contractor hereunder
and Contractor agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement.
7. Subcontractors. Contractor acknowledges that ECAT has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter
into any subcontractor agreements for the performance of any of the Services or additional
services without ECAT’s prior written consent, which may be withheld in ECAT’s sole
discretion. ECAT 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 ECAT has an objection, in its reasonable discretion, shall be assigned to the Project.
Contractor shall require each subcontractor, as approved by ECAT and to the extent of the
Services to be performed by the subcontractor, to be bound to Contractor by the terms of this
Agreement, and to assume toward Contractor all the obligations and responsibilities which
Contractor, by this Agreement, assumes toward ECAT. ECAT shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by
Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
8. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and
expense, the following insurance coverage with limits of liability not less than those stated
below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each
accident combined bodily injury and property damage liability insurance, including coverage for
owned, hired, and non-owned vehicles.
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
5
ECAT Procurement and Installation Final 5/14
iii. Commercial General Liability coverage to include premises and
operations, personal/advertising injury, products/completed operations, broad form property
damage with limits of liability not less than $1,000,000 per occurrence and $2,000,000 aggregate
limits.
iv. Professional liability insurance with prior acts coverage for all Services
required hereunder, in a form and with an insurer or insurers satisfactory to ECAT, with limits of
liability of not less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event the
professional liability insurance is on a claims-made basis, Consultant warrants that any
retroactive date under the policy shall precede the effective date of this Agreement. Continuous
coverage will be maintained during any applicable statute of limitations for the Services and
Project.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be
endorsed to include ECAT, its associated or affiliated entities, its successors and assigns, elected
officials, employees, agents and volunteers as additional insureds. A certificate of insurance
consistent with the foregoing requirements is attached hereto as Exhibit B.
ii. Contractor’s certificates of insurance shall include subcontractors, if any
as additional insureds under its policies or Contractor shall furnish to ECAT separate certificates
and endorsements for each subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that ECAT is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or
rights, immunities and protections provided by the Colorado Governmental Immunity Act, as
from time to time amended, or otherwise available to ECAT, its affiliated entities, successors or
assigns, its elected officials, employees, agents and volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment
compensation coverage is provided by Contractor or some other entity. The Contractor is
obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement.
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
6
ECAT Procurement and Installation Final 5/14
9. Indemnification and Limitation of Liability.
a. The Contractor shall indemnify and hold harmless ECAT, and any of its officers,
agents and employees against any losses, claims, damages or liabilities for which ECAT may
become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly
or indirectly, this Agreement, or are based upon any performance or nonperformance by
Contractor or any of its subcontractors hereunder; and Contractor shall reimburse ECAT for
reasonable attorney fees and costs, legal and other expenses incurred by ECAT in connection
with investigating or defending any such loss, claim, damage, liability or action. This
indemnification shall not apply to claims by third parties against the ECAT to the extent that
ECAT is liable to such third party for such claims without regard to the involvement of the
Contractor. This paragraph shall survive expiration or termination hereof.
b. Without limiting Contractor's obligations as to repair or replacement of defective
parts, in no event shall Contractor's total aggregate liability under this Agreement exceed the
total compensation received by Contractor under this Agreement. Notwithstanding the
foregoing, the limitations and exclusions of liability in the preceding sentences of this paragraph
shall not apply with respect to damages incurred by ECAT as a result of the gross negligence or
willful misconduct of Contractor.
10. Ownership of Documents. All documents (including electronic files) and materials
obtained during, purchased or prepared in the performance of the Services shall remain the
property of ECAT and are to be delivered to ECAT before final payment is made to Contractor
or upon earlier termination of this Agreement. Further, Contractor shall execute any bill of sale
or other documents required by ECAT to transfer title of the Equipment to ECAT. Contractor
shall provide copies of any instruction or operations or care manuals and shall further provide
copies of any manufacturers warranties associated with the Equipment.
11. Notice. Any notice required by this Agreement shall be deemed properly delivered when
(i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid,
or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the
parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the
sending party can provide facsimile machine or other confirmation showing the date, time and
receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by
giving five (5) days prior written notice of such change to the other party.
EAGLE COUNTY AIR TERMINAL CORPORATION:
Attention: Kip Turner
500 Broadway
Post Office Box 850
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
7
ECAT Procurement and Installation Final 5/14
Eagle, CO 81631
Telephone: 970-328-2680
Facsimile: 970-328-2687
E-mail: kip.turner@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E-mail: atty@eaglecounty.us
CONTRACTOR:
John Bean Technologies Corporation d/b/a Jetway Systems
Attention: Brian DeRoche
1805 West 2550 South
Ogden, Utah 84401
Telephone: 801-629-3491
E-mail: brian.deroche@jbt.com
12. Termination. ECAT may terminate this Agreement, in whole or in part, at any time and
for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’
prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall
immediately provide ECAT with all documents as defined in paragraph 9 hereof, in such format
as ECAT shall direct and shall return all ECAT owned materials and documents. ECAT shall pay
Contractor for Services satisfactorily performed to the date of termination.
13. Venue, Jurisdiction and Applicable Law. Any and all 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. This
Agreement shall be construed and interpreted under and shall be governed by the laws of the
State of Colorado.
14. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in
two or more counterparts, each of which shall be deemed an original, but all of which shall
constitute one and the same instrument. The parties approve the use of electronic signatures for
execution of this Agreement. Only the following two forms of electronic signatures shall be
permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
8
ECAT Procurement and Installation Final 5/14
executed copy of the signature page; (ii) the image of the signature of an authorized signer
inserted onto PDF format documents. All documents must be properly notarized, if applicable.
All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act,
C.R.S. 24-71.3-101 to 121.
15. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the
Equipment, nature and extent of the Services to be provided hereunder and the Property, and
with all local conditions, federal, state and local laws, ordinances, rules and regulations that in
any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests
as he deems necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this
Agreement.
d. To the extent possible, Contractor has given ECAT written notice of all conflicts,
errors, or discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and
shall correct, at its sole expense, all significant errors and omissions in performance of the
Services. The fact that the ECAT has accepted or approved the Equipment and/or Services shall
not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a
skillful, professional and competent manner and in accordance with the standard of care, skill
and diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and
shall comply with the highest standards of customer service to the public. Contractor shall
provide appropriate supervision to its employees to ensure the Services are performed in
accordance with this Agreement. This paragraph shall survive termination of this Agreement.
f. Contractor hereby represents and warrants that (i) the Equipment will be new; (ii)
that it will perform the Services in a good and workmanlike manner and (iii) and that all Work
shall be free from defects and deficiencies. Contractor guarantees all Work against defects in
materials or workmanship for a period of two (2) years from the date the Equipment and Work is
accepted by ECAT, or such longer period as may be provided by the law or as otherwise agreed
to by the parties. Contractor shall and hereby does covenant, warrant and agree that it shall repair
or replace any and all of the Work, together with other Work which may be displaced in so
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
9
ECAT Procurement and Installation Final 5/14
doing, that does not conform with the requirements of this Agreement, without any cost to
Owner for a period of two (2) years following the date of completion of the Work. This
obligation shall survive both final payment for the Work or designated portion thereof and
termination of this Agreement. Further, any Work corrected in accordance with this Section 15 f.
by Contractor, shall be subject to an additional one (1) year warranty from the date of correction
on the same terms and conditions as the initial warranty. The extended warranty shall only apply
to the items of Work requiring correction.
g. All guarantees and warranties of Equipment furnished to Contractor or any
subcontractor by any manufacturer or supplier are for the benefit of ECAT. If any manufacturer
or supplier of any Equipment furnishes a guarantee or warrantee for a period longer than the
warranty period, then Contractor’s guarantee or warrantee shall extend for a like period as to
such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to ECAT
either by incorporation into the Property or upon receipt by Contractor of payment from ECAT
(whichever occurs first) free and clear of all liens, claims, security interests or encumbrances.
Contractor further warrants that Contractor (or any other person performing Work) purchased all
Equipment free and clear of all liens, claims, security interests or encumbrances.
Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment
until the Equipment is installed and ECAT has inspected and approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at
its own expense, without cost to ECAT, and without interruption to ECAT:
i. Any defects in materials or workmanship which existed prior to or during
the period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or
actions ECAT may otherwise have against Contractor in law or in equity.
k. Contractor 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.
l. This Agreement constitutes an agreement for performance of the Services by
Contractor as an independent contractor and not as an employee of ECAT. Nothing contained in
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
10
ECAT Procurement and Installation Final 5/14
this Agreement shall be deemed to create a relationship of employer-employee, master-servant,
partnership, joint venture or any other relationship between ECAT and Contractor except that of
independent contractor. Contractor shall have no authority to bind ECAT.
m. Contractor represents and warrants that at all times in the performance of the
Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to
the subject matter hereof and supersedes all other agreements or understanding between the
parties with respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior
written consent of the ECAT. Any attempt to assign this Agreement without such consent shall
be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties
hereto and their respective permitted assigns and successors in interest. Enforcement of this
Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to
any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall
constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding
or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement
shall not affect the validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge, no employee of ECAT
has any personal or beneficial interest whatsoever in the Services or Property described in this
Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in
any manner or degree with the performance of the Services and Contractor shall not employ any
person having such known interests.
t. The Contractor, if a natural person eighteen (18) years of age or older, hereby
swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully
present in the United States pursuant to federal law, (ii) to the extent applicable shall comply
with C.R.S. 24-76.5-103 prior to the effective date of this Agreement.
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
11
ECAT Procurement and Installation Final 5/14
16. Prohibitions on Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from
foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If
Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-
101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it
does not knowingly employ or contract with an undocumented individual who will perform
under this Agreement and that Contractor will participate in the E-verify Program or other
Department of Labor and Employment program (“Department Program”) in order to confirm the
eligibility of all employees who are newly hired for employment to perform Services under this
Agreement.
a. Contractor shall not:
i. Knowingly employ or contract with an undocumented individual to
perform Services under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the
subcontractor shall not knowingly employ or contract with an undocumented individual to
perform work under the public contract for services.
b. Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform Services under this Agreement through participation in
the E-Verify Program or Department Program, as administered by the United States Department
of Homeland Security. Information on applying for the E-verify program can be found at:
https://www.uscis.gov/e-verify
c. Contractor shall not use either the E-verify program or other Department Program
procedures to undertake pre-employment screening of job applicants while the public contract for
services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under
the public contract for services knowingly employs or contracts with an undocumented individual,
Contractor shall be required to:
i. Notify the subcontractor and ECAT within three (3) days that Contractor
has actual knowledge that the subcontractor is employing or contracting with an undocumented
individual; and
ii. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
12
ECAT Procurement and Installation Final 5/14
does not stop employing or contracting with the undocumented individual; except that Contractor
shall not terminate the contract with the subcontractor if during such three (3) days the
subcontractor provides information to establish that the subcontractor has not knowingly employed
or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor
and Employment made in the course of an investigation that the department is undertaking
pursuant to its authority established in C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, ECAT may terminate the Agreement for
breach of contract. If the Agreement is so terminated specifically for breach of this provision of
this Agreement, Contractor shall be liable for actual and consequential damages to ECAT as
required by law.
g. ECAT will notify the Colorado Secretary of State if Contractor violates this
provision of this Agreement and ECAT terminates the Agreement for such breach.
[Rest of page intentionally left blank]
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
14
ECAT Procurement and Installation Final 5/14
EXHIBIT A
SCOPE OF SERVICES, EQUIPMENT, SCHEDULE, FEES
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
Project: Eagle Airport Firm:
Location: Gypsum CO Contact:
Date: 4/12/18 Address:
City, State, Zip:
Phone
Email:
Base Bid Amount: Amount
1 Lump Sum Design Services
2 NTP 1: Design - GMP Phase 45,561
3 NTP 2: Design - Completion Phase w/above
4 NTP 3: GMP Construction Phase - Contract with ECAT
5 Passenger Boarding Bridges
6 Gate 1,2,3 - Steel Walled Truss AT3 72/150 PBB 1,315,935
7 Gate 4 - Steel Walled Truss AT3 65/133 PBB 431,441
8 Gate 1 - J-81-BB Spliced Walkway 154,548
9 Gate 2 - J-24-BB Walkway 45,792
10 90kVA Ground Power Unit Complete 174,204
11 Mobile Bridge Adapter Complete 14,976
12 1,500 CFM Exhaust fan (rotunda mounted)18,528
13 Wheel Bogie Wheel Cover 412
14 Installation of all PBB and walkways complete
15 Install new AD PBBs 135,628
16 Install new J-81-BB Spliced Walkway 22,142
17 Install new J-24-BB Spliced Walkway 11,059
18 Install new 90kVA Jetpower Units 6,024
19 Cold Weather Option Package:
20 21kW Forced Air Heater in Cab @ 4 gates with programmable thermostat 21,824
21 Heater in Rotunda Disconnect 1,468
22 Heaters in Upper and Lower Console 1,268
23 Cab flooring deicer and aluminum cab flooring @ 4 gates 10,988
24 Wind flaps on cab and rotunda curtains @ 4 gates 4,004
25 Thermal brushes 1,456
26 R9 insulation in walls and ceilings for truss style bridge and walkways @ 4 gates 4,652
27 Testing, commissioning, O&M Training 11,318
28 Freight, shipping and handling 54,353
29 Accepted Alternates
30 Accepted Alternate - Pre-wire for 45 ton PCA units 36,322
31
Accepted Alternate - Service door entrance at end of all PBB's to be 40" wide in
lieu of standard service door 1,216
32
'Accepted Alternate - Service stairs to the door entrance at the end of the tunnels of
all PBB's to be wide version 5,520
33 Accepted Alternate - 10' lifting columns ilo 12'(32,896)
33.1
Accepted Alternate - Extend 1 year warranty to 2 years for parts and labor at all
PBB's 13,932
34
Early coordination and design services under separate agreement with Hensel
Phelps. (45,561)
35 Sales and Use Taxes w/above
36 Subtotal 2,420,553
37 Payment and Performance Bond (not required per ECAT)0 - %
38 TOTAL BASE CONTRACT AMOUNT:2,420,553$
39
40
41 Alternates:Amount Comment
42 Cost per LNFT of Fixed Boarding Bridge 1,908/LF
43 Remove RTU at gate 1 fixed link (14,143)
44
Add baseboard heaters in all extendable tunnels. This would maintain 55 degrees
inside at 0 degrees outside 13,639
45 Extend 1 year warranty to 2 years for parts and labor at all PBB's 13,932
Total of Four (4)
John Bean Technologies Corporation DBA Jetway
Systems
Garrett Macfarlance
1805 West 2550 South
Ogden, Utah 84401
801-910-1801
PASSENGER BOARDING BRIDGES - Scope Checklist
Total of Four (4)
Total of One (1)
Total of One (1)
Comments
Early coordination and design services under separate
agreement with Hensel Phelps. This value is not part of the
subcontract with ECAT.
Includes support column, haunch support, 5 ton RTU, side
entry/exit, 4' exterior door and rough-in for building card
scanner on both sides
Includes support column and haunch support
Total of Four (4)
Total of Four (4)
garrett.macfarlane@jbtc.com
Alternates: The following alternates and unit prices shall remain valid for the duration of the Project and include all off-site overhead, profit, taxes, bonds,
insurances, on-site overhead, material, labor, equipment, supplies and lower tier subcontractors.
Forced air heat is included in base price
Tax Exempt for materials left in place
Page 1 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
46 PCA Unit at all bridges; 45 ton unit that conditions airplanes and inside of bridge 394,500
47 PCA Unit at all bridges; 30 ton unit that conditions airplanes and inside of bridge N/A
48 Prewire 30 ton PCA's for all 4 bridges and walkways N/A
49 Prewire 45 ton PCA's for all 4 bridges and walkways 36,322
50 Radiant heater at all bridges in lieu of forced air heater in cab (14,881)
51 Heated Cab Windows at all PBB's 11,178
52 Heated blankets for motors at all PBB's 41,300
53
Service door entrance at end of all PBB's to be 40" wide in lieu of standard service
door 1,216
54
Service stairs to the door entrance at the end of the tunnels of all PBB's to be 36"
wide 5,520
55
Added 36" wide stair and landing near the entrance of the fixed link boarding bridge.
OSHA Compliant Stair.41,497
56 Add heated internal gutters under the extendable tunnels 11,264
57 Hydraulic lifting elevation kit in lieu of electro-mechanical 56,537
58
Preventative maintenance Owner contract cost per trip. Including lubrication and
adjustments.7,500/trip
59 Provided Corrugated bridges in lieu of Truss Brides. ($6,193)/PBB
60 Provide 10' lifting columns in lieu of 12' This will meet the aircraft fleet mix.(32,896)
61 Payment and Performance Bond 20,728
62 Add additional line items as needed to provide all applicable rates below:
63
64 PBB Site Superintendent 164 /MH
65 Foreman 97 /MH
66 Millwright 112 /MH
67 Electrical (journeyman)109 /MH
68
69 Crane
70 Scissors Lift
71 Forklift
72
73 CHANGE PRICING:
74 Proposed Overhead and Profit on Changes (Field Work Only after started)15 %
75 Hourly Rates for detailing of changes (if applicable)160 / HR
76
Documents: All work and material described in the following
specifications are included within the scope of this Bid.
Included
Yes / No
77 GMP Drawing Set, 183 pages, dated 06.30.2017 Yes
78 Basis of Design Schematic Specs, 58 pages, dated 06.30.2017 Yes
79 100% Construction Document Drawings dated 02/15/2018 Yes
80 100% Construction Document Specifications dated 02/15/2018 Yes
81 Construction Documents Bulletin 01.00 dated 03/16/18 Yes
82 Project CPM Schedule dated 03/12/2018 Yes
83 CTL Thompson Geotech Report dated 12/18/2017 Yes
84 CTL Thompson Supplemental Letter dated 01/11/2018 Yes
85 Project Specific Documents:Yes
86 EGE - JIP Brochure 03/06/18 Yes
87 QC401 - Eagle Airport - Site Specific Quality Control, dated 03/06/2018 Yes
88 Site Utilization Plan Dated 03/06/2018 Yes
89
90
Specifications: All work and material described in the following
specifications are included with in the scope of this Bid.
Included
Yes / No
91
Technical Specifications - Passenger Boarding Brides & 400HZ Ground Power Units
dated July 17,2017 (complete)Yes
92 Division 00 (as applies)Yes
93 Division 01 (as applies)Yes
94 Basis of Design Document dated June 30,2017 Yes
95 Exclusions: The following items being the only exceptions:
Included
Yes / No Comments
96 General building permit (by Contractor).NO
97 Primary Control (by Contractor).NO
98 Independent Testing (by Owner).NO
99 Final electrical point of connection (by Electrical Subcontractor).NO
Comments
Comments
Not recommended as forced air is a better option
Not recommended, have CCTV camera.
Not recommended, only have seen this in northern Alaska.
LABOR RATES - Provide hourly labor rates for all on-site and off-site craft and supervision positions. Hourly labor rates shall include all wages, payroll
taxes, fringes and benefits, project management, small tools and consumables, etc. (overhead and profit included). These rates are valid for the duration
of the project and can be used for additive or deductive scopes of work. Add additional rows as needed or provide all applicable Labor Rates as a separate
attachment.
EQUIPMENT RATES - Provide hourly, daily or weekly rates as appropriate for all equipment to be utilized for the Project. All rates include fuel, oil,
maintenance, etc. Provide mobilization, deliver, pickup rates for equipment. Add additional rows as needed or provide all applicable Equipment Rates as a
separate attachment.
This includes 2 each A3 68/141 and 2 each A3 72/150
Accepted alternate, included in base price.
Accepted alternate, included in base price.
Accepted alternate, included in base price.
$501/hr
$18/hr
$177/hr
Accepted alternate, included in base price.
Page 2 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
100 Fire alarm and detection (by Electrical Subcontractor if required by AHJ)NO
101 Security system (by Security Subcontractor)NO
102 Communication system (by Communication Subcontractor)NO
103 Fire protection systems (by Fire Protection Subcontractor if required by AHJ)NO
104 Fire extinguishers and cabinets (by Specialties Subcontractor).NO
105 Foundation for structure (by Concrete Subcontractor)NO
106 Concrete Foundations and anchor bolts (by Concrete Subcontractor)NO
107 Pre-Conditioned Air (PCA) Units (see alternates)NO
108 Apron Marking (by Striping Subcontractor)NO
109 Foundation Design (by Martin & Martin)NO
110 Bollards (by site concrete)NO
111 Design of aircraft striping for lead in lines, safety lines and stop bars (by Jviation)NO
112 Heated Internal Gutters under the PBB's (not required)NO
113 Spare Parts (not included)NO
114 Rooftop heating and cooling unit at gate 2 fixed link NO
115
Inclusions: Your attention is specifically called to the following items,
which are included in this Bid, but without limiting the scope of work
as provided above:
Included
Yes / No Comments
116
This is a Lump Sum Design-Build Agreement to complete the Passenger Boarding
Bridges for the Project. All materials and equipment which are not specifically called
out or referenced, but are required to make for a complete and fully functioning
system, shall be included within the Subcontractor's proposal. With the Design-Build
role, the Subcontractor understands that it will become an integral member of the
Project team. Responsibilities associated with this include, but are not limited to the
following:YES
117
Provide drawings, specifications, product data, certificates, licenses, as-built record
drawings and operation and maintenance manuals as well as any other submittals
for review by the Architect and Engineer, and incorporation into the design
documents as applicable.YES
118
Review of all design documents inclusive of all disciplines, including plans,
specifications, and other items as required. As a part of this process, the
subcontractor will be required to formally provide redline comments and / or
acknowledge that it has reviewed all items.YES
119
Participation in weekly design meetings and / or teleconferences, communication
and interface with the Project Team.YES
120
Manage the design, provide estimates and control the budget, perform trending and
value engineering, develop and implement procurement and prefabrication
strategies, develop schedules and provide schedule input, coordinate design and
work with other subcontractors and the Owner’s subcontractors/vendors, and
construct the project as necessary to meet the project goals and all critical
schedule milestone dates.YES
121
Provide all design services required by the Contract Documents in a timely manner
as outlined in the Preconstruction Schedule and noted below:
1. (NTP#1) Deliver GMP Documents - 8.1.2017
2. (NTP#2) Deliver 100% Design Development Documents - 11.13.2017
3. (NTP#3) Deliver 100% Construction Documents - 2.2.2018 YES
122
The Owner and / or the Contractor have contracted with the Design Team for the
design of the above-referenced project. Contractor, Subcontractor (including lower-
tier subcontractors and suppliers as required), and the Designers shall work together
to protect the Lump Sum price for the Subcontracted Work. If design elements are
proposed which the Subcontractor believes are outside the requirements of the
Documents and will compromise the Lump Sum price for the Subcontracted Work,
the Subcontractor shall promptly provide written notice to the Contractor, and
appropriate adjustments shall be made to the design. In the absence of such notice,
any additional costs as a result of the final design for the Subcontracted Work shall
be the responsibility of the Subcontractor.YES
123
The Owner will become the “owner” of all design documents that are produced for the
Project and will have sole and exclusive use of these documents. YES
124
Subcontractor acknowledges that only specific design NTP's of the Prime Contract
have been executed between Contractor and Owner, and this Subcontract will require
additional NTP's for future work.YES
125
Obtain and pay for all additional permits, fees, inspections, badging, etc. required for
this scope of work. FAA Form 7460-1 shall be included if a crane is to be used.
Complete a Notice of Proposed Construction or Alterations or other such forms as
required by the Owner.YES
126
Hoisting, including off-loading of deliveries as required to complete the scope of
work.YES
127
Coordinate design of the PBBs with the Design Team, Contractor and other
Subcontractors.YES
Prewiring included only - no hardware or commissioning
Subcontractor shall furnish anchor bolt template and nuts.
Prewiring included only - no hardware or commissioning
Prewiring included only - no hardware or commissioning
Page 3 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
128
Prior to start of the PBB fabrication, submit all Electrical design and Control
diagrams, provide structural and electrical loads to the Engineer for review and
acceptance. Submit detail plans, elevations, etc. of the cab interior/exterior and
control consoles to the Owner's Representative for review and acceptance. All major
components shall be similar in configuration across all PBBs. YES
129
Subcontractor shall retain professional engineers, acceptable to the Contractor and
the Project team to provide the completed design, design drawings, and load
calculations. The Subcontractor is the Engineer of Record for its respective design.
All submission to the plan check authorities will bear the seal of a registered
professional engineer from the State of Colorado. The Subcontractor will provide all
calculations and drawings required by reviewing authorities for the issuance of the
necessary building and inspection permits prior to fabrication and installation. YES
130
Identify all PBB, Ground Power Unit (GPU) and fixed walkway building interface
modifications and alterations required to install the PBBs prior to fabrication. YES
131
Subcontractor is to furnish and install 4 new truss model Passenger Boarding Bridges
(PBBs) with new mobile bridge adapters.YES
132
Unit selection includes AT# 72/150 PBBs for gates 1,2,3 and AT3 65/133 PBB for
gate 4. Includes revised walkway requirements at gates 1 and 2 YES
133
Supply and install 4 new 400 Hz GPU with single output cables, as noted in specs
and drawings, including all supports, electrical connections and components required
for a fully functioning GPU, mounted on the aircraft side of the PBB. Cables must not
interfere with the vertical and horizontal travel necessary on the PBB to
accommodate/service the entire gates aircraft mix.YES
134
Supply and install new LED illuminated, three sided, triangular frame, rectangular
display, lighted gate signs on the cab roof along with safety signage on all gates. YES
135
Provide new brackets and support pole with attachment plate for ID illuminated gate
signs. Signs shall be mounted on the right side of the cab to match existing
conditions. Gate signs shall be photo-eye controlled and shall have black, 24-in high
gate numbers on a white lens.YES
136
Provide new rotunda haunch supports with the new PBB at Gate 1 and Gate 2 with
fixed walkway.YES
137
Installation of Access Control Card Readers and all equipment necessary to enable
PBB start operations and maintenance activities via swipe card as part of the Airport
Access Control System. Card readers shall be installed on the side of the operator
console. All service doors and their associated electrical work such as electrical
raceways for future security card reader use shall be installed. Provisions Only
138
Doglegs shall be installed on the left side of the PBB to accommodate all the
necessary cables and conduits.YES
139
Provide and install, if necessary, modified wheel bogie or low profile solid tires at any
gate to meet all the aircraft noted on the gate matrix in Exhibit A of the specifications. YES
140
Provide 10ft lifting columns or equivalent to ensure all PBBs can reach aircraft sill
heights ranging from CRJ-700 to B757-200 L2 and future wide body aircraft. YES
141
Provide and install new standardized PBB cabs as well as non-slip service
stairs/platform, new standardized touch screen Human Machine Interface consoles. YES
142
Service door entrance at end of all PBB's to be 40" wide in lieu of standard service
door YES
143
Service stairs to the door entrance at the end of the tunnels of all PBB's. Wider
service stair tread.YES
144
Provide exterior paint on all PBBs, and fixed walkway. Final paint model/type/color to
be verified by Owner's representative.YES
145
Provide and install standard slip resistant rubberized flooring as approved by Owner
in all new cabs and cab bubbles. Install carpet in all new rotundas and tunnels. Final
model/type of carpet shall be verified with the Owner's representative prior to
installation.YES
146
Walkway shall have a 5 ton rooftop heating & cooling unit, located per the project
drawings.YES
147 Provide and install the auto level alarm bell inside the rotunda corridor. YES
148
Provide and install the CCTV system at all gates to view the wheel bogie and a
telephone connection to the each gate area. Monitor and telephone to be installed
next to cab window at control console. Camera to be installed near the rotunda and
high enough not to obstruct airline operations. Monitor shall be the larger size display
screen, to match the size of the touch screen and be flush mounted inside the
operator console.YES
149
Any support steel or support structure required for support of installation under this
subcontract and in addition to what is shown on the Structural Documents is to be
provided by this Subcontractor. YES
150
Provide Mobile Bridge Adapter (MBA-63) for express aircraft. MBA-63 needs to
allow for a 10inch drop from the bumper to the aircraft sill door. YES
Accepted alternate, included in base price.
Accepted alternate, included in base price.
See alternate to deduct to corrugated bridges
10' columns - Electro-mechanical (Ballscrews).
We have not included the actual card reader equipment
this is typically supplied by the airport security contractor.
See alternate to deduct to corrugated bridges
Page 4 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
151 Motor covers for all motors YES
152 1 year warranty on parts and labor from date of substantial completion. YES
153
Cold weather package options that includes:
- Upper and lower console heaters
- Disconnect heater
- 21 kW forced air heater in cab
- Cab floor deicer and aluminum cab flooring
- Programmable thermostat
- R9 insulation in tunnel walls, floor and ceiling
- Wind flaps on cab and rotunda curtains
-Thermal brushes YES
154
90kVA Ground Power Unit Complete including, but not limited to, 90 kVA unit,
mounting bracket, all necessary bridge interface components, cab mounted hoist,
single output controller, 60' output cable (1 each), input power cable, circuit breaker
and 1 year warranty YES
155
All pre-wire and input power cabling on PBBs and walkways for future 45 Ton PCA
Unit. YES
156 RTU for Gate 1 walkway with maximum heat YES
157 Structural holes for attachment of future PCA air unit at the underside of the PBB. YES
158 Provide the electrical distribution box for the PBB's that mounts on the rotunda. YES
159
Attachment, flashing, sheet metal and caulking/sealant of the PBB connection to the
building. All necessary materials and accessories for a weather tight installation and
interface. Includes furnish and install of threshold between PBB and building. YES
160
Provide 16 hours of onsite operator and maintenance training. Video taping to be by
Contractor YES
161
All testing and commissioning required for a fully functional and operable system,
including requirements to validate warranty YES
162 3rd party onsite crane inspection as needed YES
163 Furnish and factory install wheel bogie cover YES
164 Furnish anchor bolt template and nuts.YES
165 1,500 CFM Exhaust fan at each bridge mounted to rotunda YES
1
2
3 CONTRACTUAL / INSURANCE
4
Is your proposal provided per the February 15, 2018 For Construction
Documents and Bulletin 01.00 dated March 16, 2018?YES
5
Are you prepared to sign ECAT's subcontract agreement in the form
provided?YES
6
Are you planning to Subcontract any of the Work that you are proposing on?
Is so, please indicate the work that is anticipated to be subcontracted and the
firm that you intend to subcontract to.PROVIDE
7 Have you assumed materials escalation for the entire project period?YES
8 Are you a Union or Open shop?PROVIDE
9
Provide percentage of skilled and common labor who will be employed in
completing the Work on the Project who can be classified as "Colorado
Labor". '“Colorado labor” means any person who is a resident of Colorado at
the time of employment without discrimination as to race, color, creed, sex,
age, or religion except when sex or age is a bona fide occupational
qualification.PROVIDE
10 Do you agree to submit all progress billings as required in the JIP Brochure?YES
11
Did you review the requirements for stored materials as indicated in JIP
Brochure? Do you acknowledge that there will be no payments for
commodity materials unless specifically requested for and approved by
Contractor and Owner?YES
12
Do you acknowledge payments will not be made in excess of 50% of
Subcontract amount unless all submittals are completed, with the exception
of Operation and Maintenance (O&M) materials and Owner Training
requirements?YES
13
Do you acknowledge payments will not be made in excess of 80% of
Subcontract amount unless all operation and maintenance (O&M) materials
are submitted to the Contractor in the format approved by the Owner?
YES
14
Do you acknowledge payments will not be made in excess of 95% of
Subcontract amount unless until all Work, including punchlist, is completed
satisfactorily and finally accepted in writing by Contractor and Owner?
YES
GENERAL REQUIREMENTS: Responses provided in the following section are critical evaluation components of this proposal. Resolving / discussing
issues and / or concerns with these items with Hensel Phelps prior to execution is highly recommended.
Yes, Install
TBD
8 hours for PBBs, 8 hours for 400 Hz
Contractor to furnish and install bolts
See alternate to extend to 2 years
Page 5 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
15
Does your proposal include the necessary estimating support to price all
change order as required in the JIP Brochure? Contractor has the option to
deny requests for additional compensation and/or issue a zero cost change
order to the Subcontractor if pricing is not received within seven (7) calendar
days after initial change notification.YES
16
Do you recognize the Subcontractor is obligated to formally respond to any
Architect, Engineer, and/or Contractor comments, questions, or adjustments
regarding submitted change order pricing within three (3) business days of
notification from Contractor. If no response is received, the change order
request can be dismissed or adjusted as noted.YES
17
Do you recognize that production loss or inefficiencies by this subcontractor
will not be considered in any change request?YES
18
Subcontractor to provide pricing for time and material (T&M) extra work
tickets within seven (7) days of Contractor’s Superintendent signatory
approval. Contractor has the option to dismiss all pricing for extra time and
material work if pricing is not received within this period YES
19
Have you provided all insurance and costs of such requirements in
accordance with ECAT's Subcontract Agreement?YES
20 Will you be able to provide COI endorsements as specified?YES
21
22 BONDS / TAXES / PERMITS / FEES / WARRANTIES
23
Does your proposal include all required permits, except those set out in the
RFP as provided by the Owner?YES
24 Did you include applicable fees, license, and permit costs?YES
25
Do you acknowledge that Project's tax exemption status applies only to those
materials actually consumed in the construction process and/or incorporated
into the structure? Miscellaneous purchases for field office supplies, rental
equipment, etc., are still subject to sales and use tax.YES
26 Provide Federal/State tax identification numbers.PROVIDE
27
Have you provided a standard one year warranty per the General Conditions
and included all associated costs in your proposal? Extended special
warranties to be provided as defined in the Contract Specifications.
Warranty starts at project substantial completion.YES
28
Did you include the percentage add cost for a Payment and Performance
Bond in your proposal?NO
29
Does your Payment and Performance Bond cover the standard one year
warranty period? NO
30
31 DOCUMENTS
32
Is your proposal provided per the Contract Drawings and Specifications
dated February 15, 2018 and Bulletin 01.00 dated March 16, 2018?YES
33
'Do you acknowledge that the Subcontractor shall be responsible for all notes
and details pertaining to their scope of work, regardless of what area of plans
or specifications (architectural, civil, structural, mechanical, plumbing,
electrical, etc.) the notes and/or details are found. YES
34
Does your proposal provide for drawing reproduction if required? Electronic
documents only will be provided.YES
35
Did you observe any violations of local codes, problems or conflicts in the
plans and specifications? If yes, did you provide a list?YES
36
Do you acknowledge that the documents will not be updated with all
amendments, bulletins, modifications or RFI's. This will be the responsibility
of the Subcontractor. Posted Contract Documents made available through
the Bluebeam Studio Project are for reference only. YES
37
38 SAFETY / JOBSITE SECURITY
39
All employees to attend a site specific safety orientation for the project prior
to starting the work.YES
40
Subcontractor shall be responsible for obtaining required Airport SIDA
badges for employees working outside of the construction site boundaries
and unescorted within the Airport's secure areas.YES
41
Adequate number of employees shall be badged to not affect efficiency or
productivity of crews. YES
42
Subcontractor has included all costs to comply with Hensel Phelps and
OSHA Safety Standards including OSHA Hazardous Communication
Standards YES
43
Are you willing to have a competent person attend a periodic safety
observation walk of the Project site with the Contractor and other
participating Subcontractors?YES
44
Do you acknowledge and agree to comply with the Contractor "SAFE"
Program?YES
45
The subcontractor's Superintendent or Foreman shall submit to the
Contractor's office by 10:00 AM the following business day, on the form
provided by the Contractor (attachment to JIP) or approved equal, a
Subcontractor's Daily Report.YES
Not included in base bid, see alternate price to add.
Not included in base bid, alternate price above includes
coverage for standard one year warranty period
Page 6 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
46
Subcontractor shall perform any work having the potential of creating a silica
exposure in accordance with OSHA 29 CFR Part 1926.1153, effective June
23, 2017. In addition, it is the responsibility of each Subcontractor whose
employees are potentially exposed to respirable crystalline silica to establish
a written Exposure Control Plan in accordance with applicable regulations.
Each jobsite operation will be evaluated through the Activity Hazard Analysis
process. YES
47
Safety devices, railing, toeboards, and opening/hole protection, etc., shall be
the responsibility of the Subcontractor as it affects and is related to their work
activities. Subcontractor agrees that if in the performance of this subcontract
it become necessary, convenient or advisable to remove, replace or interfere
with any safety devices or controls installed by the Contractor or another
Subcontractor; this Subcontractor will replace or restore such devices or
controls at their expense. In the event such devices or controls are not
replaced or restored, Subcontractor agrees to reimburse the Contractor for
doing so on Subcontractors account. YES
48
49 QUALITY CONTROL / SUBMITTALS
50 Do you agree to follow the Contractor's 6-Step Quality Control Plan?YES
51
Have you included protection of your work until completion? Contractor will
provide maintenance of protection once the work has been completed and
installation of protection verified by Contractor. YES
52
Provide description of protection included, and breakout value for this
protection.PROVIDE
53
Testing as described in the specifications, documentation, and certifications
required shall be provided and paid for by the subcontractor. All material,
equipment, labor necessary to coordinate with the designated testing agency
including retesting due to subcontractors fault is included.
YES
54
Has your proposal considered and included costs for meeting all code
requirements as required by the Authority Having Jurisdiction (AHJ)?YES
55
Where conflicts in the drawings, specifications, codes or referenced
standards (ASTM, Factory Mutual, United Laboratories etc.) exist, did you
include costs to provide a system meeting the higher standard?YES
56
Will you provide electronic as-built "Record Drawings" for your scope of work
as applies? This will include an electronic PDF format as well as hardcopies
as required by the Prime Contract.YES
57
58 CONSTRUCTION SCHEDULE
59
Have you reviewed and do you comply with the Construction Schedule dated
March 12, 2018?YES
60 Please acknowledge the following schedule requirements:YES
61
All work shall be coordinated and performed in accordance with the overall
project requirements and schedule including:YES
62 · Sequencing of work.YES
63 · Required move-ins and mobilizations as required.YES
64
· Work to be performed during regular work hours - 7AM - 5PM, M-F,
unless approved
by the Contractor YES
65 · Equipment and manpower requirements.YES
66 · Coordination and cooperation with other Subcontractors.YES
67 · Delivery Schedules YES
68
All Subcontractors will be coordinated by the Contractor’s Project
Superintendent to meet the project construction sequence and schedule.
The Subcontractor shall allow others sufficient access and time to perform
their work.YES
69
The Subcontractor shall cooperate with the Contractor in the preparation of
the weekly construction schedules.YES
70
The Subcontractor shall be required to have their Superintendent and/or
Foreman attend weekly coordination and planning meetings held by the
Contractor. Failure of the Subcontractor to attend regularly scheduled
meetings will not relieve the Subcontractor of their responsibility to perform
work or comply with instructions given out during the meeting. YES
71
Coordination with other trades shall be the responsibility of the
Subcontractor. Interferences, conflicts, compatibility of materials and
associated impacts due to lack of coordination shall be the responsibility of
each Subcontractor.YES
Page 7 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
72
The Subcontractor acknowledges that this is a secure Airport site and
deliveries will need to be coordinated with the Contractor, reference JIP
Brochure. Deliveries onto the site through approved and coordinated access
gates could potentially be restricted or delayed so as to not adversely affect
the Airport's operations. YES
73
Any costs for move-ins and move-outs, shift work, overtime and/or crew
sizes as needed to meet the construction schedule set by the Contractor are
included.YES
74
It is understood that any time, that is not considered acceleration directed in
writing by the Contractor, such as makeup time due to weather events,
subcontractor equipment failure, subcontractor missed deliveries, etc. and
associated cost and schedule impacts are at the expense of the
Subcontractor.YES
75
76 SITE LOGISTICS / LAYOUT
77
Have you included costs for your temporary construction office and storage
as applicable to your work? No on-site facilities are available. YES
78
If required, did you include flagmen, traffic control and lane closures required
to protect the public during your operations that would extend beyond the
limits of the site? YES
79
Have you included costs for all field layout on all levels for your work per the
JIP Brochure from the baselines and benchmarks established by the
Contractor for the Project?YES
80
Subcontractor shall secure all Subcontractor’s building materials, equipment
and debris against heavy winds and weather at all times. In addition,
Subcontractor shall be responsible for ensuring that all Foreign Object Debris
requirements are met, including orientation and training requirements for
such. Damage from failure to do so will be the responsibility of this
Subcontractor.YES
81
The Contractor will provide a point of collection for construction debris, trash
and packaging materials, except for hazardous or toxic materials, which shall
be legally disposed of off-site by the Subcontractor utilizing these materials.
This Subcontractor shall be responsible for daily removal of all debris from
their work zone to the point of collection, and work areas are to be left in a
broom swept condition. YES
82
Please provide line item value carried in base price for housekeeping and
daily clean-up. If Subcontractor fails to perform cleanup acceptable to
Contractor, and Subcontractor has been provided 48 hour written notice,
Contractor may, at its option, remove this allowance from the Subcontract
agreement to perform with its own labor. This will not relieve the
Subcontractor from its obligation to perform daily housekeeping and clean-
up of all their work areas.PROVIDE
83
Do you acknowledge that should Subcontractor fail to perform cleanup
acceptable to Contractor, a composite clean crew may be established.
Subcontractor shall provide a number of worker(s) equal to ten percent
(10%) of the on-site work force, but in no case less than one (1) person for
one (1) day per week for general construction site and building clean-up
operations, at no additional cost. Contractor will organize this composite
clean-up crew on a weekly or as needed basis.YES
84
Do you acknowledge that should Subcontractor fail to perform cleanup
acceptable to Contractor, Contractor can and will perform this cleanup on
behalf of the Subcontractor and will issue a deductive change order for the
costs associated with this cleanup. YES
85
Construction areas will be naturally and/or electrically illuminated to the
minimum intensity required by the governing authorities. Additional
illumination requirements/task lighting needed for the performance of this
work will be provided by the Subcontractor.YES
86
Does your proposal include all special temporary power requirements that will
be needed to complete this scope of work beyond the standard temporary
power provided by the Contractor as indicated in the JIP Brochure?YES
87
Have you included all vertical access required for the execution of this
work?? YES
88
Have you included all hoisting required for your equipment and material as
needed? All cranes will require a third party inspection upon arrival to the
site.YES
Page 8 of 8
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
VIEW: OWNER VIEWJOB #: 3017207DATA DATE: 5/31/2018REV. DATE: 6/1/2018 11:41:02 AMPAGE 5 of 20ECAT Expansion & RemodelFILTER: No Summary TasksLine Activity ID Name Duration Start Finish201820192020JFMAMJJASONDJFMAMJJASONDJFMAMJJASON1292626232118161310853312825252220171512974230272423201815131075281828384858687888990919293949596979899100101STR1070STR1080STR1090STR2000STR2010STR2020STR2030STR2040STR2050STR2060STR2070STR2080STR2090PBB1000PBB1010PBB1020PBB1030PBB1040PBB1050PBB1060PBB1070MEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeGate 1 & 2 (W9 - W4)Pad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePassenger Boarding BridgesBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningExterior Closure10d10d15d5d10d10d5d10d15d10d10d10d10d10d10d5d5d5d5d10d10/18/201811/1/201811/1/20188/29/20188/29/20189/6/20189/13/201810/11/201810/18/201810/18/201811/1/201811/1/201811/15/201811/26/20182/25/20192/25/20194/1/20194/15/20194/29/20195/6/20195/13/20195/20/20195/28/201911/1/201810/31/201811/14/201811/21/201812/7/20189/5/20189/19/20189/26/201810/17/201810/31/201811/7/201811/14/201811/14/201811/30/201812/7/20186/10/20192/25/20194/12/20194/26/20195/3/20195/10/20195/17/20195/24/20196/10/20194/2/2019MEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningDocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
VIEW: OWNER VIEWJOB #: 3017207DATA DATE: 5/31/2018REV. DATE: 6/1/2018 11:41:02 AMPAGE 5 of 20ECAT Expansion & RemodelFILTER: No Summary TasksLine Activity ID Name Duration Start Finish201820192020JFMAMJJASONDJFMAMJJASONDJFMAMJJASON1292626232118161310853312825252220171512974230272423201815131075281828384858687888990919293949596979899100101STR1070STR1080STR1090STR2000STR2010STR2020STR2030STR2040STR2050STR2060STR2070STR2080STR2090PBB1000PBB1010PBB1020PBB1030PBB1040PBB1050PBB1060PBB1070MEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeGate 1 & 2 (W9 - W4)Pad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePassenger Boarding BridgesBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningExterior Closure10d10d15d5d10d10d5d10d15d10d10d10d10d10d10d5d5d5d5d10d10/18/201811/1/201811/1/20188/29/20188/29/20189/6/20189/13/201810/11/201810/18/201810/18/201811/1/201811/1/201811/15/201811/26/20182/25/20192/25/20194/1/20194/15/20194/29/20195/6/20195/13/20195/20/20195/28/201911/1/201810/31/201811/14/201811/21/201812/7/20189/5/20189/19/20189/26/201810/17/201810/31/201811/7/201811/14/201811/14/201811/30/201812/7/20186/10/20192/25/20194/12/20194/26/20195/3/20195/10/20195/17/20195/24/20196/10/20194/2/2019MEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradePad Prep / Excavate FootingsElectrical/Plumbing UndergroundFRP Foundations (W9 - W4)Erect Steel Tier 1Erect Steel Tier 2 - RoofDeck & Detail Tier 1Deck and Detail RoofMEP Sleeves / InsertsSlab on Deck - Level 2Slab on GradeBuilding Power OperationalGate 4 PBBGate 3 PBBGate 2 PBB Fixed LinkGate 2 PBB Articulating LegGate 1 PBB Fixed LinkGate 1 PBB Articulating LegElectrical Power to PBB's - CommissioningDocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
15
ECAT Procurement and Installation Final 5/14
EXHIBIT B
INSURANCE CERTIFICATES
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50
DocuSign Envelope ID: E5B84360-BC6D-434A-A415-263581E86E50