No preview available
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