HomeMy WebLinkAboutA8618 - JOHN BEAN TECHNOLOGIES CORP. - AIRPORT PASSENGER BOARDING BRIDGESPALM SA4
iZ
� c
V N
*'N1FoeN�P
CITY OF PALM SPRINGS CHANGE ORDER
City Project No. 19-34 Passenger Boarding Bridges
Bid Schedules A and Additive Bid Schedule A
Change Order Number: Two (2)
Date: 06/16/2021
Contractor: John Bean Technologies Corporation
CHANGE ORDER SUMMARY
The project specifications did not include provisions to modify existing exterior walkways
to match the new passenger boarding bridges. This change is to pressure wash the fixed
walkways at Gates 6, 7, 8 and 10, and paint the walkways the same color as the new
passenger boarding bridges. This scope includes mechanical grinding and a rust
inhibitive sealer to address rusted areas on the walkways. All metals on the fixed
walkways are to receive a prime coat or 2-part epoxy and two finish coats of a two-part
aliphatic urethane in the color to match the passenger boarding bridges.
CHANGE ORDER COST BREAKDOWN
QTY
DESCRIPTION
UNIT
UNIT PRICE
AMOUNT
Repaint existing fixed walkways at Gates 6, 7, 8
1
and 10 to match the new passenger boarding
LS
$59,474.00
$59,474.00
bridges.
CP 19-34 Passenger Boarding Bridges
Contractor Change Order No. 02
June 16, 2021
Page 1 of 2
Total: $59,474.00
CHANGES TO CONTRACT TIME:
There will be zero (0) changes to contract time.
SOURCE OF FUNDS:
Funds are available through Account #416-6601-56211.
Summary of Costs:
Original Contract Amount:
$7,042,945.00
Original Completion:
290 Work Days
This Change Order:
$59,474.00
Days Added:
0 Work Days
Previous Change Orders:
$42,278.72
Previous Days Added:
0 Work Days
Revised Contract Amount:
$7,144,697.72
Revised Completion:
290 Work Days
Contractor
Approved By: 6/17/2021
John B n Technologies Corporation, Inc. Date
City of Palm Springs Brian DeRoche,,President - Jetway Systems
Recommended By: r-[ /(.,Yc)Z 1
Ulises AguirrV, Executive Director PSP Date
J, el Montalvo, City Engineer Date
i
Approved By: c) 1
Just' lifton, City M ager Date
Attest By: Cb-bfaie�--L
Z
A ny J. Meji City
Distribution:
Original Conformed Copy: Conformed Electronic File Copy:
Contractor (1) Project Correspondence File
Engineering Pay File (1) Sr. Inspector
Page 2 of 2
"Confidential and Proprietary For Internal Use Only"
(GBT AeroTech
PROPOSED CHANGE ORDEF
Art Cervantes Date: June 15, 2021
Palm Springs Airport Ref RQ No.: 3764-631
Ref Contract No.:
Expiration Date: NA
Mr. Cervantes
In order to be of service to you, I have described a proposed change to the subject contract on the
attached Change Summary. Should you elect to incorporate this change in the original contract,
our terms and conditions as contained in the referenced Contract document will apply.
Upon receipt of your signed acknowledgment of this Proposed Change Order, I will amend the
original contract by entering the proposed change(s) and order the work to begin.
If your company requires the use of its own change order form, please submit the form to our
Project Manager referencing or listing the change items noted on the attached Proposed Change
Summary and we will subsequently amend the original contract to incorporate this change.
Sincerely,
Scott Hunter
Manager of Project Management Acknowledged by:
TITLE:
DATE:
JETWAY USE: Originator Project Mgr
Cost Analyst Sales
"Confidential and Proprietary For Internal Use Only"
PROPOSED CHANGE SUMMARY
RQ 3764-631
PAGE 2
SCOPE OF WORK
Item #
Description
Unit Price $
Extended
Price$ USD
Repaint walkway per quote attached from
Aero bridge works
$49,120.00
2
JBT markup on install
$9,824.00
Freight and handling
NA
Bond
530.00
TOTAL
$59,474.00
Work may not be completed during the same time as the gate replacement clue to time.
Tax to be added at the appropriate rate at the time of invoice
June 15, 2021
JBT Jetway Systems
Lonnie Rackham, Project Manager
1805 West 2550 South
Ogden, LIT 84401
REF: Change Order A02 rev 1
Repainting of the fixed Walkways
ABW Project No. 221719JBTPSP
JBT subcontract312124393
City of Palm Springs Installation of Jetway passenger boarding bridges.
Dear Lonnie,
AFRO
BRIOCEWORKS INC
In accordance with the Change Order procedures for the above referenced Contract, AERO Bridgeworks :nc. hereby
submits this Change Order for the following event or situation arising out of our Work:
1. Per request by the airport to repaint the fixed walkways at Gate 6, 7, 8, and 10. AERO vriil perform the
pressure washing and our sub Benise-Dowling will repaint the walkways.
2. Pressure washing is quoted to take place on the ramp with existing PSP storm drain collect and treatment
of water.
3. Walkways are to be painted the same color as the new bridges.
4. Work is quoted for normal working hours.
5. The scope for the walkway repainting woulc be to furnish and provide all abor, materials, equipment,
tools, supplies, services and supervision and other necessary incidentals to complete the scope of work
of repainting the 4 walkways. The walkways will be pressure washed and cleaned before repainting.
The cleaning will address any rusted area via mechanical grinding. All rusted metals to receive a rust
inhibitive sealer. All Metals on the foxed walkways to receive a prime coat or 2 part epoxy and two finish
coats of a two part aliphatic urethane in the color to match the Passenger Boarding Bridge.
Pricing:
AERO BridgeWorks proposes to perform the described scope of services for a lump sum of Forty -Nine thousand, one hundred
twenty dollars ($49,120.00). We trust you will find our proposal complete and in order, however, should you have any questions
or comments, please do not hesitate to contact me anytime.
We trust you will find our proposal complete and n order, however, should you have any questions or comments, please do not
hesitate to contact me anytime.
Time Extension:
AERO Bridgeworks proposes to have a time extension of 8 days.
We are happy to discuss the details of this change as we continue to investigate. Should you have any questions or
comments please contact me at (206) 452-9013.
Sincerely,
Stems q"
Stephen D. Henry, PE
Senior Project Manager,
AERO BrdgeWorks, Inc.
2700 Delk Road SE, Suite 150 - Marietta, GA 30067 - PH (770) 423-4200 • FAX (770) 423-4203
ATLANTA + DALLAS + CHICAGO + SALT LAKE CITY + LOS ANGELES + SEATTLE
www.theaerogroup.net
Product Finishes
TM�
uwTM
.b
SHERWIN
WILLIAMS.
Black ..................................... F63B21
Orange ......................... ........ F63E23
Clear ..................................... F63F24
Green................................_F63G26
DESCRIPTION
POLANEO S Plus Polyurethane Enamel
is a low gloss, two component, acrylic
polyurethane providing high volume solids,
2.8 lb/gal VOC compliance", and excellent
exterior durability. Its hardness, chemical
resistance and durability make it an ideal
coating for exterior building products, ex-
trusions, farm and construction equipment,
machinery, transformers, transportation,
communication equipment, and a broad
array of plastic and metal applications.
Advantages:
• Complies with 2.8 VOC' EPA solvent
emission regulations
• Excellent color and gloss retention for
exterior applications
• Excellent physical and chemical per-
formance properties
• Excellent appearance over many types
of metal and plastic substrates
• Direct adhesion to a wide array of plas-
tic substrates
• Lower energy cure system - air dry or
force dry
• High solids - high spreading rate
• Full color range through monochromatic
intermix system
• Excellent hardness, mar resistance and
abrasion resistance
• Texturable
• Apply by conventional, airless, air -
assisted airless, HVLP, or electrostatic
spray
• Intermixable with Polane HS Plus Poly-
urethane to provide full gloss range
• Non-photochemically reactive
• Good gloss consistency over humidity
and cure extremes
• Meets the performance requirements of
AAMA 2603-02 for extruded aluminum
• Meets the coating performance require-
ments of the ANSI Specification for pad
mounted transformers
"VOC compliance limits vary from state to
state; please consult local Air Quality rules
and regulations.
CC-D 19
POLANE® S Plus
Polyurethane Enamel
Blue......................................F63L27 Blending White ..................... F63W25
Magenta .. ............................. F63R20 Yellow Oxide ........................ F63Y23
Red Oxide............................F63R28 Yellow (Red Shade) ............. F63Y24
Bright Red............................F63R29 Catalyst................................V66V55
CHARACTERISTICS
Gloss: 25-30 units
Volume Solids: 59f 2%
catalyzed and reduced, may vary by color
Viscosity:
18-25 seconds #3 Zahn Cup
catalyzed and reduced
Recommended film thickness.
Mils Wet 3.1-3.3
Mils Dry 1.8-2.0
Spreading Rate (no application loss)
@ 1.8-2.0 mil dft: 475-525 sq fugal
Air Drying (1.8 mils dft, 77°F, 500/6 RH):
To Touch: 20-25 minutes
To Handle: 4-8 hours
Tack Free: 45-90 minutes
To Recoat: 15-30 minutes
Force Dry: 30-60 minutes
at 140-180`F
Curing temperature must not exceed the
heat distortion temperature of the substrate.
Mixing Ratio:
6 parts Polane S Plus
1 part Catalyst V66V55
0.175 part (2%%) MAK R61<30
Pot Life: 2 hours
Accelerated Drying:
Add % ounce of Polane Accelerator,
V66VB11 per gallon of Polane S Plus. Pot
life is reduced to 1 hour.
To Touch: 15-20 minutes
To Handle: 2-4 hours
Tack Free: 30-60 minutes
To Recoat: 15-30 minutes
Force Dry: 30 minutes
at140-180'F
Flash Point: 102°F PMCC
Package Life: 2 years, unopened
Air Quality Data (Theoretical):
• Non-photochemically reactive
• Volatile Organic Compounds (VOC)
catalyzed and reduced as above,
2.8 lb/gal, 336 g/L
An Environmental Data Sheet is available
from your local Sherwin-Williams facility.
SPECIFICATIONS
General: Substrate should be free of
grease, oil, dirt, fingerprints, drawing com-
pounds, any contamination, and surface
passivation treatments to ensure optimum
adhesion and coating performance proper-
ties. Consult Metal Preparation Brochure
CC-T1 for additional details.
Aluminum or Galvanized Steel
(untreated): Prime with RoHS Compliant
Wash Primer, P60G10, Industrial Wash
Primer, P60G2, or Kem Aquae Wash
Primer, E61 G520, followed by Polane Plus
Sealer, E65A71 or 2.8 VOC Catalyzed Ep-
oxy Primer, E61A280.
Plastic: Due to the diverse nature of plas-
tic substrates, a coating or coating system
must be tested for acceptable adhesion to
the substrate prior to use in production.
Reground and recycled plastics along with
various fire retardants, flowing agents, mold
release agents, and foaming blowing
agents will affect coating adhesion. A filer
or primer/barrier coat may be required.
Please consult your Sherwin-Williams
Sales Representative for system recom-
mendations.
Steel or Iron: Remove rust, mill scale, and
oxidation products. For best results, treat
the surface with a proprietary surface
chemical treatment of zinc or iron phos-
phate to improve corrosion protection. For
best corrosion resistance, prime untreated
steel with 2.8 VOC Catalyzed Epoxy
Primer, E61A280.
Cast Iron. Fill with Polane 2.8 Plus Spray-
Fil, D61 H75 and sand, seal with Polane
Plus Sealer, E65A71
Testing: Due to the wide variety of sub-
strates, surface preparation methods, appli-
cation methods, and environments, the
customer should test the complete system
for adhesion, compatibility and performance
prior to full scale application.
CC-D19 12112 continued on back
APPLICATION
Typical Setups
Reduction: Reduce with R61(30. Maxi-
mum total reduction is 2.5% by volume
to maintain 2.8 VOC.
Conventional Spray:
Air Pressure ........................... 40-50 psi
Fluid Pressure ......................... 5-10 psi
Tip............................................ .047„
Airless Spray
Pressure.........................2000-2800 psi
Tip ................................... .011 - .013"
Air Assisted Airless:
Air Pressure ........................... 10-30 psi
Fluid Pressure ................1500-2100 psi
Tip ................................. .011 - .013„
Electrostatic Spray:
Conductivity is 1.0-1.5 megohms resis-
tance, which is suitable for all hand-held
electrostatic spray setups.
HVLP:
Atomizing Air Pressure at the cap ........
8-10 psi
Fluid Pressure ......................... 5-10 psi
Tip.............................................. .055
Dipping, brushing or flow coat applica-
tion is not recommended.
Cleanup:
Clean tools/equipment immediately
after use with Reducer, R7K95 or MAK.
Polane reducers, MEK and MIBK may
also be used but are not HAPS compli-
ant.
Follow manufacturers safety recom-
mendations when using any solvent.
Performance Tests
Substrate.......... Bondente 1000 steel panels
F63W25 catalyzed and reduced, 1.8 mils dit,
30 minutes at 180°F, 14 days air cured
Humidity 100`F, 100% RH ............500 hours
Conical Mandrel ................................ passes
Impact Resistance, Direct ................. 60 in lb
Impact Resistance, Reverse.............10 in lb
Pencil Hardness ........................................ H
Taber Abrasion
CS 17 wheel, 1000 g, 1000 cycles..<100 mg
Water Immersion .............................24 hours
no blistering or loss of adhesion
Adhesion, Crosshatch ....................Excellent
MEK, 100 double rubs ............. slight bum;sh
QUV, 1220 hours, 95% gloss, 0.70E maxi-
mum
Chemical Resistance
Lubricating 8 Cutting Oils ............... Excellent
Hydraulic Fluids .............................. Excellent
SPECIFICATIONS
Product Limitations:
• Polane S Plus coating must be catalyzed
with V66V55. Do not vary catalyst ratio.
Maintain an exact ratio. The catalyst
ratio has been established for optimum
hardness, flexibility, gloss, chemical and
solvent resistance. Do not use Polane
Interior Catalyst V66V27, V66V44 or
V66V47. Using these catalysts will
shorten potlife and cause film embrittle-
ment.
• Do not blend with any polyurethane
other than Polane HS Plus. No other
catalysts, colorants or reducers are rec-
ommended because foreign materials
such as alcohols and glycols destroy
performance properties. Lacquer thin-
ners and alcohol containing solvent
blends should not be used with Polane
enamels.
• F63E23 and F63Y24 have limited hiding
and should be used with other colors.
F63G26, F631_27, F63R20 and F63R29
have high tinting strength but lack hiding
and must be mixed with other colors.
Organic monochromatics should not be
used by themselves.
• PolaneS Plus coatings are not MGM -
mended for exterior use on wood.
• Do not spray hot Heat shortens podife.
Do not pump catalyzed materials from
drums into circulating system. Friction
heat developed by pumps and circulation
will shorten potfife.
• Protect Polane enamels, catalysts and
reducer from moisture as water affects
potlife and properties. Store indoors.
• Do not package Polane coated products
in airtight plastic bags unless completely
cured. Since Polane enamels continue to
cure for several weeks, the buildup of
organic solvents and reaction by-
products could cause improper cure and
adhesion failure in use.
• A primer is always recommended for
exterior application on steel.
• Do not exceed 2.5 mil dry film with air-
less or air assisted airless equipment
due to sagging tendencies.
• Use Polane HS Plus Silver F63S65 for
metallic colors in this quality. F63S65 -
does not offer the same color and gloss
retention as other colors because of the
weathering effect of aluminum pigment
Do not use for applications requiring long
- term color and gloss retention.
• Use MEK as a reducer for Silver F63S65
rather than MAK. The faster evaporation
of MEK helps the metallic pigment orien-
tation.
• The Clear F631F24 is intended for custom
color intermixing and should not be used
as a clear coat because of its potential
for yellowing.
CC-019 POLANE° S Plus Polyurethane Enamel
CAUTIONS
FOR INDUSTRIAL SHOP APPLICATION
Thoroughly review product label and
Material Safety Data Sheet (MSDS) for
safety and cautions prior to using this
product.
A Material Safety Data Sheet is avail-
able from your local Sherwin-Williams
facility.
Please direct any questions or com-
ments to your local Sherwin-Williams
facility.
Note: Product Data Sheets are periodi-
cally updated to reflect new information
relating to the product. It is important that
the customer obtain the most recent Prod-
uct Data Sheet for the product being used.
The information, rating, and opinions
stated here pertain to the material cur-
rently offered and represent the results of
tests believed to be reliable. However,
due to variations in customer handling and
methods of application which are not
known or under our control, The Sherwin-
Williams Company cannot make any war-
ranties as to the end result
C� PALM SAP
V IA
CITY OF PALM SPRINGS CHANGE ORDER
City Project No. 19-34 Passenger Boarding Bridges
Bid Schedules A and Additive Bid Schedule A
Change Order Number: One (1)
Date: 04/27/2021
Contractor: John Bean Technologies Corporation
CHANGE ORDER SUMMARY
John Bean included value engineering options in their bid proposal for the City and airport
to consider. City and airport staff evaluated the value engineering options and agreed to
proceed with Cutler Hammer operators in lieu of the Allen Bradley operators as the Cutler
Hammer operators will provide the same functionality with no loss in equipment quality.
City and airport staff also agreed to utilize HMI screens in lieu of a hard button bridge
operating system as the HMI screens will provide a user-friendly experience and will be
much more effective during operation and maintenance of the passenger boarding
bridges.
The project specifications did not include provisions to modify existing walkway interior
panels to match the new passenger boarding bridges. The change to install new interior
wallboards will address the aesthetic deficiency in transitioning from the walkways to the
new passenger boarding bridges. Spare parts were requested as part of the bid
submission for the airport to evaluate as part of the project. City Council approved a
funding allocation to acquire spare parts as part of the project through a change order.
CHANGE ORDER COST BREAKDOWN
QTY
DESCRIPTION
UNIT
UNIT PRICE
AMOUNT
Value engineering option — Replace Allen Bradley
1
operators with Cutler Hammer operators for all 8
LS
-$44,000.00
-$44,000.00
bridges.
Value engineering option — Replace passenger
1
boarding bridge hard button operating layout with
LS
-$14,400.00
-$14,400.00
new HMI touchscreens for all 8 bridges.
Install new interior wallboards to the walkways for
1
Gates 6, 7, 8, and 10 to match new passenger
LS
$34,717.00
$34,717.00
boarding bridge interiors.
1
Passenger boarding bridges spare parts.
LS
$65,691.72
$65,961.72
Total: $42,278.72
Page 1 of 2
CP 19-34 Passenger Boarding Bridges
Contractor Change Order No. 01
April 27, 2021
CHANGES TO CONTRACT TIME:
There will be zero (0) changes to contract time.
SOURCE OF FUNDS:
Funds are available through Account #416-6601-56211.
Summary of Costs:
Original Contract Amount:
$7,042,94�00
Original Completion:
290 Work Days
This Change Order:
$42,278.72
Days Added:
0 Work Days
Previous Change Orders:
$0.00
Previous Days Added:
0 Work Days
Revised Contract Amount:
$7,085,222.72
Revised Completion:
290 Work Days
Approved By:
City of Palm Springs
Recommended By:
I/ _ 5/11/21
John IWan Technologies Corporation, Inc. Date
Jeff Wheeler, Site Controller
Lz& Zwl -!�/J �12-
Ulises Aguirre, txecutive Director PSP Date
J I Montalvo, City Engineer Date
Approved By: / WT64-40ifton, City Date
Attest By:
ony J,Mlia,
Distribution: fe
Original Conformed Copy: Conformed Electronic File Copy:
Contractor (1) Project Correspondence File
Engineering Pay File (1) Sr. Inspector
APPROVED AS TO FORM
n,.w)-z
ITY ORNEY
Page 2 of 2
APPROM BY tXTY ooumCt
CITY OF PALM SPRINGS CHANGE ORDER
City Project No. 19-34 Passenger Boarding Bridges
Bid Schedules A and Additive Bid Schedule A
Change Order Number: One (1)
Date: 04/27/2021
Contractor: John Bean Technologies Corporation
CHANGE ORDER SUMMARY
John Bean included value engineering options in their bid proposal for the City and airport
to consider. City and airport staff evaluated the value engineering options and agreed to
proceed with Cutler Hammer operators in lieu of the Allen Bradley operators as the Cutler
Hammer operators will provide the same functionality with no loss in equipment quality.
City and airport staff also agreed to utilize HMI screens in lieu of a hard button bridge
operating system as the HMI screens will provide a user-friendly experience and will be
much more effective during operation and maintenance of the passenger boarding
bridges.
The project specifications did not include provisions to modify existing walkway interior
panels to match the new passenger boarding bridges. The change to install new interior
wallboards will address the aesthetic deficiency in transitioning from the walkways to the
new passenger boarding bridges. Spare parts were requested as part of the bid
submission for the airport to evaluate as part of the project. City Council approved a
funding allocation to acquire spare parts as part of the project through a change order.
CHANGE ORDER COST BREAKDOWN
QTY
DESCRIPTION
UNIT
UNIT PRICE
AMOUNT
Value engineering option — Replace Allen Bradley
1
operators with Cutler Hammer operators for all 8
LS
-$44,000.00
-$44,000.00
brid es.
Value engineering option — Replace passenger
1
boarding bridge hard button operating layout with
LS
-$14,400.00
-$14,400.00
new HMI touchscreens for all 8 bridges.
Install new interior wallboards to the walkways for
1
Gates 6, 7, 8, and 10 to match new passenger
LS
$34,717.00
$34,717.00
boarding brid a interiors.
1
Passenger boarding bridges spare parts.
LS
$65,691.72 1
$65,961.72
Total: $42,278.72
Page 1 of 2
CP 19-34 Passenger Boarding Bridges
Contractor Change Order No. 01
April 27, 2021
CHANGES TO CONTRACT TIME:
There will be zero (0) changes to contract time.
SOURCE OF FUNDS:
Funds are available through Account #416-6601-56211.
Summary of Costs:
Original Contract Amount:
$7,042,9 .00
Original Completion:
290 Work Days
This Change Order:
$42,278.72
Days Added:
0 Work Days
Previous Change Orders:
$0.00
Previous Days Added:
0 Work Days
Revised Contract Amount:
$7,085, $.72
Revised Completion:
290 Work Days
Contractor
Approved By:
City of Palm Springs
Recommended By:
5/11 /21
John BecYn Technologies Corporation, Inc. Date
Jeff Wheeler, Site Controller
Ulises Aguirre-,l=-xecutive Director PSP Date
Joel Montalvo, City Engineer Date
Approved By:
Nvli7ihClifton, City
Attest By:
Antony J. ftia,
Distribution: J
Original Conformed Copy:
Contractor (1)
Engineering Pay File (1)
nager
1q/8
Date
Conformed Electronic File Copy:
Project Correspondence File
Sr. Inspector
APPROVED AS TO FORM
APPROVED BY CRY COUNCIL
/o „?�
CITY ATT0fNEY
Page 2 of 2
- 1
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this ZZalay of , 202,9 by and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the City,
and John Bean Technologies Corporation, a Delaware corporation hereinafter
designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1 —THE WORK
For and in consideration of the payments and agreements to be made and performed by'
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the Bid
Schedule(s)for the Project entitled:
AIRPORT PASSENGER BOARDING BRIDGES
CITY PROJECT NO. 19-34
(RE-BID)
The Work comprises of removal, disposal and installation of eight (8) new passenger
boarding bridges, new pre-conditioned air (PCA) units, new 400 Hz Ground Power Units
(GPU),new potable water cabinets (PWC), shutdown coordination, and other items of work
not mentioned above, as required by the plans and specifications, and completed in place.
• ARTICLE 2—COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in the
Notice to Proceed by the City,, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of requiring
any such proof, the City and the Contractor agree that as liquidated damages or delay (but
not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the
Special Provisions for each calendar day that expires after the time specified in Article 2,
herein. In executing the Agreement, the Contractor acknowledges it has reviewed the
provisions of the Standard Specifications, as modified herein, related to liquidated
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS PAGE 1
JULY 2020
damages, and has made itself aware of the actual loss incurred by the City due to the
inability to complete the Work within the time specified in the Notice to Proceed.
The parties intend for the Liquidated Damages set forth herein to constitute liquidated
damages as such term is used in California Government Code Section 53069.85 to the
extent said statute may apply, and to constitute stipulated damages to the extent that said
statute is not applicable. Contractor acknowledges and agrees that the Liquidated
Damages are intended to compensate the City solely for Contractor's failure to meet the
deadlines for completion set forth in the Contract Documents and shall not excuse
Contractor from liability from any other breach of Contract requirements, including any
failure of the work to conform to applicable requirements.
Termination Prior to Expiration of Term. City may terminate this Agreement for its
convenience at any time, without cause, in whole or in part, upon giving Contractor written
notice, pursuant to Section 6-8 of the Special Provisions. Where termination is due to the
fault of Contractor and constitutes an immediate danger to health, safety, and general
welfare, the period of notice shall be such shorter time as may be determined by the City.
Upon such notice, City shall pay Contractor for Services performed through the date of
termination in accordance with the Contract Documents. Upon receipt of such notice,
Contractor shall immediately cease all work under this Agreement, unless stated otherwise
in the notice or by written authorization of the Contract Officer. After such notice, Contractor
shall have no further claims against the City under this Agreement. Upon termination of
the Agreement under this section, Contractor shall submit to the City an invoice for work
and services performed prior to the date of termination.
ARTICLE 3—CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change
Orders approved by the City. The amount of the initial contract award in accordance with
the Contractor's Bid Proposal is Seven Million Forty Two Thousand Nine Hundred Forty
Five Dollars and No Cents ($7,042,945.00).
Contractor agrees to receive and accept the prices set forth herein, as full compensation
for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said
compensation shall cover all expenses, losses, damages, and consequences arising out
of the nature of the Work during its progress or prior to its acceptance including those for
well and faithfully completing the Work and the whole thereof in the manner and time
specified in the Contract Documents; and, also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS-PAGE 2
JULY 2020
I
Work, suspension of discontinuance of the Work, and all other unknowns or risks of any
description connected with the Work.
ARTICLE 4—THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of
Subcontractors, Non-Discrimination Certification, Non-Collusion Declaration, Bidder's
General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation
Certificate, Performance Bond, Payment Bond, Standard Specifications, Special
Provisions, the Drawings, Addenda issued during bidding. (if any), and all Construction
Contract Change Orders and. Work Change Directives which may be delivered or issued
after the Effective Date of the Agreement and are not attached hereto.
ARTICLE 5— MUTUAL OBLIGATIONS
For and in consideration of the payments and agreements to be made and performed by
the City, the Contractor agrees to furnish all materials and perform all work required for the
above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract
Documents.
City hereby agrees to employ, and does hereby employ, Contractor to provide the
materials, complete the Work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the Contract Price herein identified, and
hereby contracts to pay the same at the time, in the manner, and upon the conditions set
forth in the Contract Documents.
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and
Labor Code requirements specified in the Contract Documents, including the requirement
to furnish electronic certified payroll records directly to the Labor Commissioner (via the
Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per
diem wages as determined by the Director of the Department of Industrial Relations of the
State of California.
ARTICLE 6— PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7— NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice
between the parties, it shall be deemed to have been validly given if delivered in person to
the individual or to a member of the firm or to an officer of the corporation for whom it is
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS PAGE 3
JULY 2020
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 8—INDEMNIFICATION
The Contractor agrees to indemnify defend and hold harmless the City, and all of its officers
and agents from any claims, demands, or causes of action and damages, including related
expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the
Work undertaken by the Contractor or by any subcontractor or anyone directly or indirectly
employed by the Contractor or any other employee or person employed or engaged on or
about of in connection with, the construction. This Article 8 incorporates the provisions of
Section 7-15"Indemnification," of the Special Provisions, which are hereby referenced and
made a part hereof.
Prevailing Wages. Contractor agrees to fully comply with all.applicable federal and state
labor laws including, without limitation California Labor Code Section 1720, et seq., and
1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq.
("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of
prevailing wages under California law, and Contractor hereby agrees to defend,
indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free
and harmless from any claim or liability arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws.
ARTICLE 9— NON-DISCRIMINATION
In connection with its performance under this Agreement, Contractor shall not discriminate
against any employee or applicant for employment because of actual or perceived race,
religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin,
immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation,
gender identity, gender expression, physical or mental disability,or medical condition (each
a "prohibited basis"). Contractor shall ensure that applicants are employed, and that
employees are treated during their employment, without regard to any prohibited basis.As
a condition precedent to City's lawful capacity to enter this Agreement, and in executing
this Agreement, Contractor certifies that its actions and omissions hereunder shall not
incorporate any discrimination arising from or related to any prohibited basis in any
Contractor activity, including but not limited to the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship;
and further, that Contractor is in full compliance with the provisions of Palm Springs
Municipal Code Section 7.09.040, including without limitation the provision of benefits,
relating to non-discrimination in city contracting.
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS-PAGE 4
JULY 2020
ARTICLE 10— MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the written consent
of the party sought to be bound; and specifically, but without limitation, monies that may
become due and monies that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
ARTICLE 11 —CONFLICT OF INTEREST
Contractor acknowledges that no officer or employee of the City has or shall have any
direct or indirect financial interest in this Agreement nor shall Contractor enter into any
agreement of any kind with any such officer or employee during the term of this
Agreement and for one year thereafter. Contractor warrants that Contractor has not paid
or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement."
SIGNATURES ON NEXT PAGE
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS-PAGE 5
JULY 2020
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL:.
CALIFORNIA Date tfY- 72O
Ili, 73 David H. Ready
City Manager Agreement No. Ag
ATTEST:
APPROVED E', :'.OUNOII,
By .t: - ��� ��I�[� 5D 10- ,
WAntho , C
e
APPROVED AS TO FORM:
ByC-___72/7/� �
JeffreyS.-Ballinger,
City Attorney
RECOMMENDED:
By 04,
Joel Montalvo, MPA, P.E.
City Engineer
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS-PAGE 6
JULY 2020
CONTRACTOR
By: John Bean Technologies Corporation
Firm/Company Name
• By: By:
Signature(notarized) Signa (notarized)
Name: Brian A. Deck Name: James L. Marvin
Title: President Title: Assistant Secretary
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and,not the truthfulness, accuracy or validity of
that document.
(This Agreement must be signed in the above (This Agreement must be signed in the above space
space by one having .authority to bind the by one having authority to bind the Contractor to the
Contractor%kin
to the terms of the Agreement.) terms of the Agreement.)
State of I S ) State of `\'I f 1�I S )
Coun of00 K� )ss County of 0.OOk� )ss
On Count
nr1W-r 14,-ct)O On abvimbrui Ili tb
before me, tA0.V\ TA -0.A) I(11 before me, N1QVV0. (UVULA lCI\1^ •
personally appeared.YIan A .�e personally appeared Ch(Y1Qg L. Mani If\
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s)whose name(s)is/are evidence to be the person(s)whose name(s) is/are
subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and
that by his/her/their signatures(s)on the instrument that by his/her/their signatures(s)on the instrument
the person(s),or the entity upon behalf of which the the person(s),or the entity upon behalf of which the
person(s)acted, executed the instrument. person(s)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the.foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand an official seal. WITNESS my hand a official se I.
Notary Signature: Q C.t,t/t Notary Signaturey a,4/
Notary Seal: Notary Seal:
Official Seal
Maria Parravicini Official Seal
Notary Public State of Illinois Maria Parravicini
My Commission Expires 02/08/2024 Notary Public State of Illinois
My Commission Expires 02/08/2024
•
AIRPORT PASSENGER BOARDING BRIDGES RE-BID AGREEMENT FORM
CITY PROJECT NO. 19-34 AGREEMENT AND BONDS—PAGE 7
JULY 2020