HomeMy WebLinkAbout8/3/2016 - STAFF REPORTS - 1.Y. A`M Sp9
iy
V N
a
t coeeoere^`''° °
Cq<fFORN`P C1TY COUNCIL STAFF REPORT
DATE: August 3, 2016 CONSENT AGENDA
SUBJECT: CONTRACT AWARD - AIRPORT PASSENGER BOARDING BRIDGES
AND BAG-CLAIM BELT SERVICE AGREEMENT
FROM: David H. Ready, City Manager
BY: Department of Aviation
SUMMARY
This action will award a service contract for the maintenance of the Palm Springs
International (PSP) eight Passenger Boarding Bridges located on the Bono Concourse
and the three bag-claim delivery belts.
RECOMMENDATION:
1. Approve the award of a 3 year contract with 2 one year options to renew in a
form acceptable to the City Attorney for Maintenance Services to Riselo
Engineering Solutions Inc. of Fontana, CA as specified in Request for Proposals
#06-16 in the amount of $235,850.00 for the initial 3 year term for routine fixed
services, with on-call hourly rates for non-routine maintenance and repairs..
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS
A Passenger Boarding Bridge (PBB) is a large metal motorized and computerized
mechanism that is attached to an airport's concourse building for the loading and
unloading of airline passengers. The PSP Airport has eight of these units on the Bono
Concourse and all are owned and maintained by the airport then used by trained airline
operators to interface with parked aircraft. The units adjust in length and height to
accommodate a wide variety of aircraft and are considered critical equipment for airline
operations. It is vital for the airport to keep these units well maintained to ensure
reliability for the scheduled airlines. Baggage Handling Systems (BHS) are conveyor
belt systems that are utilized to transport passenger's luggage to and from the
airplanes. The PSP Airport has 9 of these systems located within the main airport
ITEM N0.
City Council Staff Report
August 3, 2016 -- Page 2
Service Agreement-Riselo Engineering
terminal however only 3 of the 9 are the responsibility of PSP for preventative
maintenance. The other 6 are maintained by the airlines.
The Procurement and Contracting Division, in conjunction with airport staff, prepared
specifications and conducted a Request for Proposal (RFP) process that was posted to
the City's website, advertised in the Desert Sun and sent to twelve known firms that
provide such services. There were four firms present at the pre-bid walk-through held
at the airport on June 28, 2016. Only one (1) bid was received and evaluated. Airport
Operations and management evaluated and reviewed the necessary qualifications of
the proposal received which was from the incumbent service provider. Riselo
Engineering Solutions, Inc. of Fontana, CA meets all the requested qualifications for
recommendation of award. Riselo Engineering offers a qualified and experienced team
that has done a good job over the past five years.
FISCAL IMPACT
Funds are budgeted as an operating expense in the Airport's 415 appropriations. This
new service contract fees are as follows:
Annual Fixed Hourly On-Call Rate Saturday/Sunday On-Call Rate
Year 1 $87,150 $98.00 $125.00
Year $74,350 $98.00* $125.00*
Year $74,350 $98.00* $125.00*
Optional Years subject to CPI increase/decrease for OEM and Non-OEM parts:
Year $74,350 $98.00* $125.00*
Year 5 $74,350 $98.00* $125.00*
(Year 1 inspection and maintenance fees include a passenger boarding bridge ball screw
inspection for $12,800.00)
*Hourly rate subject to California State prevailing wage adjustment. The current hourly rate on
expiring contract is $87.50 per hour.
The Airport shall utilize the hourly on-call rate as provided in this agreement for any non-
routine maintenance issues that requires immediate attention as they arise. The Airport
has budgeted $150,000.00 for the 2016/2017 year for non-routine maintenance issues.
Thomas FTNolan, A.A.E. David H. Ready, Es
Executive Director, Airport City Manager
Attachment
(1) Contract Service Agreement
02
CONTRACT SERVICES AGREEMENT
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
INSPECTION AND MAINTENANCE SERVICES
THIS CONTRACT SERVICES AGREEMENT ("Agreement") is entered into, and
effective on , 2016, between the CITY OF PALM SPRINGS, a California
charter city and municipal corporation, ("City") and Riselo Engineering Solutions Inc., a
California Corporation ("Contractor"). City and Contractor are individually referred to as "Party"
and are collectively referred to as the "Parties".
RECITALS
A. City has determined that there is a need for inspections and necessary preventative
maintenance and on-call repair of eight (8) FMC JetwayZ passenger loading bridges and nine (9)
Glidepath and Hydrol baggage handling systems for the Palm Springs International Airport
("Project").
B. Contractor has submitted to City a proposal to provide inspections and necessary
preventative maintenance and on-call repairs to City for the Project under the terms of this
Agreement.
C. Contractor is qualified by virtue of its experience, training, education, reputation,
and expertise to provide these services and has agreed to provide such services as provided in
this Agreement.
D. City desires to retain Contractor to provide such contract services.
In consideration of these promises and mutual obligations, covenants, and conditions, the
Parties agree as follows:
AGREEMENT
1. SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contractor agrees to perform the contract services set forth in the Scope of Services
described in Exhibit "A" (the "Services" or "Work") , which is attached and incorporated by
reference. As a material inducement to the City entering into this Agreement, Contractor
represents and warrants that Contractor is a provider of first class work and contract services and
that Contractor is experienced in performing the Work and Services contemplated and, in light of
such status and experience, Contractor covenants that it shall follow the highest contract
standards in performing the Work and Services required in this Agreement. For purposes of this
Agreement, the phrase "highest contract standards" shall mean those standards of practice
recognized as high quality among well-qualified and experienced contracts performing similar
work under similar circumstances.
1 Revised: 5/5/16
520(fi9 I
03
1.2 Contract Documents. The Agreement between the Parties shall consist of the
following: (1) this Agreement; (2) the Scope of Services, (3) the City's Request for Proposals;
and, (4) the Contractor's signed, original proposal submitted to the City ("Contractor's
Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for
Proposals and the Contractor's Proposal, which are both attached as Exhibits `B" and "C",
respectively, are incorporated by reference and are made a part of this Agreement. The Scope of
Services shall include the Contractor's Proposal. All provisions of the Scope of Services, the
City's Request for Proposals and the Contractor's Proposal shall be binding on the Parties.
Should any conflict or inconsistency exist in the Contract Documents, the conflict or
inconsistency shall be resolved by applying the provisions in the highest priority document,
which shall be determined in the following order of priority: (I") the provisions of the Scope of
Services (Exhibit "A"): (2"a)the provisions of the City's Request for Proposal (Exhibit `B");
(3`d) the terms of this Agreement, and, (41h) the provisions of the Contractor's Proposal (Exhibit
„C").
1.3 Compliance with Law. Contractor warrants that all Services rendered shall be
performed in accordance with all applicable federal, state, and local laws, statutes, ordinances
lawful orders, rules, and regulations.
1.4 Licenses, Permits, Fees, and Assessments. Contractor represents and warrants
to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature
that are legally required to practice its profession and perform the Work and Services required by
this Agreement. Contractor represents and warrants to City that Contractor shall, at its sole cost
and expense, keep in effect at all times during the term of this Agreement, any license, permit,
qualification, or approval that is legally required for Contractor to perform the Work and
Services tinder this Agreement. Contractor shall have the sole obligation to pay for any fees,
assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and
arise from or are necessary for the Contractor's performance of the Work and Services required
by this Agreement. Contractor shall indemnify, defend, and hold harmless City against any such
fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the
fullest extent permitted by law.
1.5 Familiarity with Work. By executing this Agreement, Contractor warrants that
Contractor(a) has thoroughly investigated and considered the Scope of Services to be performed,
(b) has carefully considered how the Services should be performed, and (c) fully understands the
facilities, difficulties, and restrictions attending performance of the Services under this
Agreement. If the Services involve work upon any site, Contractor warrants that Contractor has
or will investigate the site and is or will be fully acquainted with the conditions there existing,
prior to commencement of any Services. Should the Contractor discover any latent or unknown
conditions that will materially affect the performance of the Services, Contractor shall
immediately inform the City of such fact and shall not proceed except at Contractor's risk until
written instructions are received from the City.
1.6 Care of Work. Contractor shall adopt reasonable methods during the term of the
Agreement to furnish continuous protection to the Work and the equipment, materials, papers,
documents, plans, studies, and/or other components to prevent losses or damages. Contractor
2 Revised:5/5/16
720669 1
04
shall be responsible for all such damages, to persons or property, until acceptance of the Work by
the City, except such losses or damages as may be caused by City's own negligence.
1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and
diligence to perform their respective obligations under this Agreement_ Parties agree to act in
good faith to execute all instruments, prepare all documents, and take all actions as may be
reasonably necessary to carry out the purposes of this Agreement.
1.8 Additional Services. City shall have the right at any time during the performance
of the Services, without invalidating this Agreement, to order extra work beyond that specified in
the Scope of Services or make changes by altering, adding to, or deducting front such Work. No
such extra work may be undertaken unless a written order is first given by the City to the
Contractor, incorporating any adjustment in (i) the Maximum Contract Amount, as defined
below, and/or (ii) the time to perform this Agreement. Any adjustments must also be approved
in writing by the Contractor. Any increase in compensation of up to twenty-five percent (25%)
of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up
to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to
perform any extra work. Any greater increases, occurring either separately or cumulatively,
must be approved by the Palm Springs City Council. It is expressly understood by Contractor
that the provisions of this section shall not apply to the services specifically set forth or
reasonably contemplated within the Scope of Services.
2. COMPENSATION
2.1 Maximum Contract Amount. For the Services rendered under this Agreement,
Contractor shall be compensated by City in accordance with the Schedule of Compensation,
which is attached as Exhibit "D" and incorporated in this Agreement by reference.
Compensation shall not exceed the maximum contract amount of Two hundred Thirty Five
Thousand Eight hundred and fifty Dollars, ($235,850.00) ("Maximum Contract Amount"), for
initial 3 year tern for routine fixed services, with on-call hourly rates for non-routine
maintenance and repairs except as may be provided under Section 1.8. The method of
compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for
reproduction costs, telephone expenses, and transportation expenses must be approved in
advance by the Contract Officer designated under Section 4.2 and will only be approved if such
expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount
shall include the attendance of Contractor at all Project meetings reasonably deemed necessary
by the City. Contractor shall not be entitled to any increase in the Maximum Contract Amount
for attending these meetings. Contractor accepts the risk that the services identified in the Scope
of Services may be more costly and/or time-consuming than Contractor anticipates, that
Contractor shall not be entitled to additional compensation, and that the provisions of Section 1.8
shall not be applicable to the services identified in the Scope of Services. The maximum amount
of eity's payment obligation under this section is the amount specified in this Agreement. If the
City's maximum payment obligation is reached before the Contractor's Services under this
Agreement are completed, Contractor shall complete the Work and City shall not be liable for
payment beyond the Maximum Contract Amount-
3 Revised: 5/5/16
]20669 1
05
2.2. Method of Pavment. Unless another method of payment is specified in the
Schedule of Compensation (Exhibit "D"), in any month in which Contractor wishes to receive
payment, Contractor shall submit to the City an invoice for services rendered prior to the date of
the invoice. The invoice shall be in a form approved by the City's Finance Director and must be
submitted no later than the tenth (10) working day of such month. Such requests shall be based
upon the amount and value of the services performed by Contractor and accompanied by such
reporting data including an itemized breakdown of all costs incurred and tasks performed during
the period covered by the invoice, as may be required by the City. City shall use reasonable
efforts to make payments to Contractor within forty-five (45) days after receipt of the invoice or
as soon as is reasonably practical. There shall be a maximum of one payment per month.
2.3 Changes in Scope. In the event any change or changes in the Scope of Services
is requested by City, Parties shall execute a written amendment to this Agreement, specifying all
proposed amendments, including, but not limited to, any additional fees. An amendment may be
entered into:
A. To provide for revisions or modifications to documents, work product, or
work, when required by the enactment or revision of any subsequent law, or
B. To provide for additional services not included in this Agreement or not
customarily furnished in accordance with generally accepted practice in Contractor's profession.
2.4 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated by the City Council for each fiscal year covered by the Agreement. If such
appropriations are not made, this Agreement shall automatically terminate without penalty to the
City.
3. SCHEDULE OF PERFORMANCE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement.
The time for completion of the services to be performed by Contractor is an essential condition
of this Agreement. Contractor shall prosecute regularly and diligently the Work of this
Agreement according to the agreed upon attached Schedule of Performance (Exhibit "B"),
incorporated by reference.
3.2 Schedule of Performance. Contractor shall commence the Services under this
Agreement upon receipt of a written notice to proceed and shall perform all Services within the
time period(s) established in the Schedule of Performance. When requested by Contractor,
extensions to the time period(s) specified in the Schedule of Performance may be approved in
writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180)
days cumulatively; however, the City shall not be obligated to grant such an extension.
3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for
performance of the Services rendered under this Agreement shall be extended because of any
delays due to unforeseeable causes beyond the control and without the fault or negligence of the
Contractor (financial inability excepted) if Contractor, within ten (10) days of the
commencement of such delay, notifies the Contract Officer in writing of the causes of the delay.
4 Revised: 5/5/16
7106621 06
Unforeseeable causes include, but are not limited to, acts of God or of the public enemy,
unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots,
strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City.
The City Manager shall ascertain the facts and the extent of delay, and extend the time for
performing the Services for the period of the enforced delay when and if in the judgment of the
City Manager such delay is justified. The City Manager's determination shall be final and
conclusive upon the Parties to this Agreement. In no event shall Contractor be entitled to
recover damages against the City for any delay in the performance of this Agreement, however
caused, Contractor's sole remedy being extension of the Agreement under this section.
3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall
commence upon the effective date of this Agreement and continue in full force and effect until
completion of the Services. However, the term shall not exceed three (3) years from the
commencement date, except as otherwise provided in the Schedule of Performance described in
Section 3.2 above. Any extension must be through mutual written agreement of the Parties.
3.5 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 thirty
(30) days written notice. 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. 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. Contractor may terminate this Agreement, with or without cause, upon
sixty (60) days written notice to the City, except that where termination is due to material default
by the City, the period of notice may be such shorter time as the Contractor may determine.
4. COORDINATION OF WORK
4.1 Representative of Contractor. The following principal of Contractor is
designated as being the principal and representative of Contractor authorized to act in its behalf
and make all decisions with respect to the Services to be performed under this Agreement
Romeo Lopez, General Manager. It is expressly understood that the experience, knowledge,
education, capability, expertise, and reputation of the foregoing principal is a substantial
inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be
responsible during the term of this Agreement for directing all activities of Contractor and
devoting sufficient time to personally supervise the services performed hereunder. The
foregoing principal may not be changed by Contractor without prior written approval of the
Contract Officer.
4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her
designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer
fully informed of the progress of the performance of the services. Contractor shall refer any
5 Revised: 5/5/16
7206691 .. Y
decisions that must be made by City to the Contract Officer. Unless otherwise specified, any
approval of City shall mean the approval of the Contract Officer.
4.3 Prohibition Against Subcontracting or Assignments. The experience,
knowledge, capability, expertise, and reputation of Contractor, its principals and employees,
were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall
not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by
operation of law, without the prior written consent of City. Contractor shall not contract with
any other entity to perform the Services required under this Agreement without the prior written
consent of City. If Contractor is permitted to subcontract any part of this Agreement by City,
Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the
same manner as it is for persons directly employed. Nothing contained in this Agreement shall
create any contractual relationships between any subcontractor and City. All persons engaged in
the Work will be considered employees of Contractor. City will deal directly with and will make
all payments to Contractor. In addition, neither this Agreement nor any interest in this
Agreement may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or
by operation of law, whether for the benefit of creditors or otherwise, without the prior written
consent of City. Transfers restricted in this Agreement shall include the transfer to any person or
group of persons acting in concert of more than twenty five percent (25%) of the present
ownership and/or control of Contractor, taking all transfers into account on a cumulative basis.
In the event of any such unapproved transfer, including any bankruptcy proceeding, this
Agreement shall be void. No approved transfer shall release Contractor or any surety of
Contractor from any liability under this Agreement without the express written consent of City.
4.4 Independent Contractor. The legal relationship between the Parties is that of an
independent contractor, and nothing shall be deemed to make Contractor a City employee.
A. During the performance of this Agreement, Contractor and its officers,
employees, and agents shall act in an independent capacity and shall not act or represent
themselves as City officers or employees. The personnel performing the Services under this
Agreement on behalf of Contractor shall at all times be under Contractor's exclusive direction
and control. Neither City nor any of its officers, employees, or agents shall have control over the
conduct of Contractor or any of its officers, employees, or agents, except as set forth in this
Agreement. Contractor, its officers, employees, or agents shall not maintain an office or any
other type of fixed business location at City's offices. City shall have no voice in the selection,
discharge, supervision, or control of Contractor's employees, servants, representatives, or agents,
or in fixing their number, compensation, or hours of service. Contractor shall pay all wages,
salaries, and other amounts due its employees in connection with this Agreement and shall be
responsible for all reports and obligations respecting them, including but not limited to social
security income tax withholding, unemployment compensation, workers' compensation, and
other similar matters. City shall not in any way or for any purpose be deemed to be a partner of
Contractor in its business or otherwise a joint venturer or a member of any joint enterprise with
Contractor.
B. Contractor shall not have any authority to bind City in any manner. This
includes the power to incur any debt, obligation, or liability against City.
6 Revised: 5/5/I6
7206621 k 08
C. No City benefits shall be available to Contractor, its officers, employees,
or agents in connection with any performance under this Agreement. Except for contract fees
paid to Contractor as provided for in this Agreement, City shall not pay salaries, wages, or other
compensation to Contractor for the performance of Services under this Agreement. City shall
not be liable for compensation or indemnification to Contractor, its officers, employees, or
agents, for injury or sickness arising out of performing Services. If for any reason any court or
governmental agency determines that the City has financial obligations, other than under Section
2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of
Contractor's officers, employees, servants, representatives, subcontractors, or agents, Contractor
shall indemnify City for all such financial obligations.
5. INSURANCE
5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and
expense, the insurance described below. The insurance shall be for the duration of this
Agreement and includes any extensions, unless otherwise specified in this Agreement. The
insurance shall be procured in a form and content satisfactory to City. The insurance shall apply
against claims which may arise from the Contractor's performance of Work under this
Agreement, including Contractor's agents, representatives, or employees. in the event the City
Manager determines that the Work or Services to be performed under this Agreement creates an
increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of
the insurance policies may be changed accordingly upon receipt of written notice from the City
Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best
rating drops below the levels specified in this Agreement. Except as otherwise authorized below
for contract liability (errors and omissions) insurance, all insurance provided under this
Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be
as follows:
A. Errors and Omissions Insurance. Contractor shall obtain and maintain in
full force and effect throughout the term of this Agreement, standard industry form contract
liability (errors and omissions) insurance coverage in an amount of not less than one million
dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual
aggregate, in accordance with the provisions of this section.
(1) Contractor shall either: (a) certify in writing to the City that
Contractor is unaware of any contract liability claims made against Contractor and is unaware of
any facts which may lead to such a claim against Contractor; or (b) if Contractor does not
provide the certification under (a), Contractor shall procure from the contract liability insurer an
endorsement providing that the required limits of the policy shall apply separately to claims
arising from errors and omissions in the rendition of services under this Agreement.
(2) If the policy of insurance is written on a "claims made" basis, the
policy shall be continued in full force and effect at all times during the term of this Agreement,
and for a period of three (3) years from the date of the completion of the Services provided
hereunder. In the event of termination of the policy during this period, Contractor shall obtain
continuing insurance coverage for the prior acts or omissions of Contractor during the course of
7 Revised: 5/5/16
710669 1
09
performing Services under the terns of this Agreement. The coverage shall be evidenced by
either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail"
coverage with the present or new carrier or other insurance arrangements providing for complete
coverage, either of which shall be subject to the written approval by the City Manager.
(3) In the event the policy of insurance is written on an "occurrence"
basis, the policy shall be continued in full force and effect during the term of this Agreement, or
until completion of the Services provided for in this Agreement, whichever is later. In the event
of termination of the policy during this period, new coverage shall immediately be obtained to
ensure coverage during the entire course of performing the Services under the terms of this
Agreement.
B. Workers' Compensation Insurance. Contractor shall obtain and maintain,
in full force and effect throughout the term of this Agreement, workers' compensation insurance
in at least the minimum statutory amounts, and in compliance with all other statutory
requirements, as required by the State of California. Contractor agrees to waive and obtain
endorsements from its workers' compensation insurer waiving subrogation rights under its
workers' compensation insurance policy against the City and to require each of its
subcontractors, if any, to do likewise under their workers' compensation insurance policies. If
Contractor has no employees, Contractor shall complete the City's Request for Waiver of
Workers' Compensation Insurance Requirement form.
C. Commercial General Liability Insurance. Contractor shall obtain and
maintain, in fid1 force and effect throughout the term of this Agreement, a policy of commercial
general liability insurance written on a per occurrence basis with a combined single limit of at
least one million dollars ($1,000,000.00) and two million dollars (S2,000,000.00) general
aggregate for bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and completed
operations.
D. Business Automobile Insurance. Contractor shall obtain and maintain, in
full force and effect throughout the term of this Agreement, a policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount of
one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include
coverage for owned, non-owned, leased, and hired cars.
E. Employer Liability Insurance. Contractor shall obtain and maintain, in
full force and effect throughout the term of this Agreement, a policy of employer liability
insurance written on a per occurrence basis with a policy limit of at least one million dollars
($1,000,000.00) for bodily injury or disease.
5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City Manager or his/her designee prior to
commencing any work or services under this Agreement. Contractor guarantees payment of all
deductibles and self-insured retentions. City reserves the right to reject deductibles or self-
insured retentions in excess of$10,000, and the City Manager or his/her designee may require
S Revised: 5/5/I6
72060 1 19
evidence of pending claims and claims history as well as evidence of Contractor's ability to pay
claims for all deductible amounts and self-insured retentions proposed in excess of$10,000.
5.3 Other Insurance Requirements. The following provisions shall apply to the
insurance policies required of Contractor under this Agreement:
5.3.1 For any claims related to this Agreement, Contractor's coverage shall be
primary insurance with respect to the City and its officers, council
members, officials, employees, agents, and volunteers. Any insurance or
self-insurance maintained by the City and its officers, council members,
officials, employees, agents, and volunteers shall be in excess of
Contractor's insurance and shall not contribute with it.
5.3.2 Any failure to comply with reporting or other provisions of the policies,
including breaches of warranties, shall not affect coverage provided to
City and its officers, council members, officials, employees, agents, and
volunteers.
5.3.3 All insurance coverage and limits provided by Contractor and available or
applicable to this Agreement are intended to apply to each insured,
including additional insureds, against whom a claim is made or suit is
brought to the full extent of the policies. Nothing contained in this
Agreement or any other agreement relating to the City or its operations
shall limit the application of such insurance coverage.
5.3.4 No required insurance coverages may include any limiting endorsement
which substantially impairs the coverages set forth in this Agreement (e.g.,
elimination of contractual liability or reduction of discovery period),
unless the endorsement has first been submitted to the City Manager and
approved in writing.
5.3.5 Contractor agrees to require its insurer to modify insurance endorsements
to delete any exculpatory wording stating that failure of the insurer to mail
written notice of cancellation imposes no obligation, or that any party will
"endeavor" (as opposed to being required) to comply with the
requirements of the endorsements. Certificates of insurance will not be
accepted in lieu of required endorsements, and submittal of certificates
without required endorsements may delay commencement of the Project.
It is Contractor's obligation to ensure timely compliance with all insurance
submittal requirements as provided in this Agreement.
5.3.6 Contractor agrees to ensure that subcontractors, and any other parties
involved with the Project who are brought onto or involved in the Project
by Contractor, provide the same minimum insurance coverage required of
Contractor. Contractor agrees to monitor and review all such coverage
and assumes all responsibility for ensuring that such coverage is provided
9 Revised: 5/5/16
720669.1 .w 11
in conformity with the requirements of this section. Contractor agrees that
upon request, all agreements with subcontractors and others engaged in
the Project will be submitted to the City for review.
5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on
the part of the City to inform Contractor of non-compliance with any
insurance requirement in no way imposes any additional obligations on the
City nor does it waive any rights in this or any other regard.
53.8 Contractor shall provide proof that policies of insurance required in this
Agreement, expiring during the term of this Agreement, have been
renewed or replaced with other policies providing at least the same
coverage. Proof that such coverage has been ordered shall be submitted
prior to expiration. Endorsements as required in this Agreement
applicable to the renewing or new coverage shall be provided to City no
later than ten (10) days prior to expiration of the lapsing coverage.
5.3.9 Requirements of specific insurance coverage features or limits contained
in this section are not intended as limitations on coverage, limits, or other
requirements, or as a waiver of any coverage normally provided by any
given policy. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue, and is not
intended by any party or insured to be limiting or all-inclusive.
5.3.10 The requirements in this section supersede all other sections and
provisions of this Agreement to the extent that any other section or
provision conflicts with or impair the provisions of this section.
53.1 1 Contractor agrees to provide immediate notice to City of any claim or loss
against Contractor arising out of the Work performed tinder this
Agreement and for any other claim or loss which may reduce the
insurance available to pay claims arising out of this Agreement. City
assumes no obligation or liability by such notice, but has the right (but not
the duty) to monitor the handling of any such claim or claims if they are
likely to involve City, or to reduce or dilute insurance available for
payment of potential claims.
5.3.12 Contractor agrees that the provisions of this section shall not be construed
as limiting in any way the extent to which the Contractor may be held
responsible for the payment of damages resulting from the Contractor's
activities or the activities of any person or person for which the Contractor
is otherwise responsible.
5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided
by authorized insurers in good standing with the State of California. Coverage shall be provided
by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class
10 Revised: 5/5/16
7206691
1 , ;;, 12
VII, or better, unless such requirements are waived in writing by the City Manager or his
designee due to unique circumstances.
5.5 Verification of Coverage. Contractor shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, affecting all of the
coverages required by this Agreement. The certificates and endorsements are to be signed by a
person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be
received and approved by the City before work commences. City reserves the right to require
Contractor's insurers to provide complete, certified copies of all required insurance policies at
any time. Additional insured endorsements are not required for Errors and Omissions and
Workers' Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of
Liability Insurance Coverage with an approved Additional Insured Endorsement with the
following endorsements stated on the certificate:
1. "The City of Palm Springs, its g1ticials, employees, and agents are named as an
additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all
work performed with the City"may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects Cily of Palm Springs Contract No. " or 'for any
and all work performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration
date thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose
no obligation or liability of any kind upon the company, its agents or representative" is not
acceptable and must be crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall contain
the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policies. All certificates of insurance and endorsements are to be
received and approved by the City before work commences. All certificates of insurance must
be authorized by a person with authority to bind coverage, whether that is the authorized
agentibroker or insurance underwriter. Failure to obtain the required documents prior to the
commencement of work shall not waive the Contractor's obligation to provide them.
1 I Revised: 5/5/16
710669_1
13
6. INDEMNIFICATION
6.1 Indemnification and Reimbursement. To the fullest extent permitted by
law, Contractor shall defend(at Contractor's sole cost and expense), indemnify, protect, and hold
harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the
"Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands,
losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties,
and expenses including legal costs and attorney fees (collectively "Claims"), including but not
limited to Claims arising from injuries to or death of persons (Contractor's employees included),
for damage to property, including property owned by City, from any violation of any federal,
state, or local law or ordinance, and from errors and emissions committed by Contractor, its
officers, employees, representatives, and agents, that arise out of or relate to Contractor's
performance under this Agreement. This indemnification clause excludes Claims arising from
the sole negligence or willful misconduct of the City, its elected officials, officers, employees,
agents, and volunteers. Under no circumstances shall the insurance requirements and limits set
forth in this Agreement be construed to limit Contractor's indemnification obligation or other
liability tinder this Agreement. Contractor's indemnification obligation shall survive the
expiration or earlier tennination of this Agreement until all actions against the Indemnified
Parties for such matters indemnified are fully and finally barred by the applicable statute of
limitations or, if an action is timely filed, until such action is final. This provision is intended for
the benefit of third party Indemnified Parties not otherwise a party to this Agreement.
6.2 WAIVED If
the Agreement is determined to be a "design contract services agreement" and Contractor is a
"design contract" under California Civil Code Section 2782.8, then:
A. To the fullest extent permitted by law, Contractor shall indemnify, defend
(at Contractor's sole cost and expense), protect and hold harmless City and its elected officials,
officers, employees, agents and volunteers and all other public agencies whose approval of the
project is required, (individually"Indemnified Party"; collectively"Indemnified Parties") against
any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders
and penalties (collectively"Claims"), including but not limited to Claims arising from injuries or
death of persons (Contractor's employees included) and damage to property, which Claims arise
out of, pertain to, or are related to the negligence, recklessness or willful misconduct of
Contractor, its agents, employees, or subcontractors, or arise from Contractor's negligent,
reckless or willful performance of or failure to perform any tern, provision, covenant or
condition of this Agreement ("Indemnified Claims"), but Contractor's liability for Indemnified
Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or
willful misconduct of the City and its elected officials, officers, employees, agents and
volunteers-
B. The Contractor shall require all non-design-contract sub-contractors, used
or sub-contracted by Contractor to perform the Services or Work required under this Agreement,
to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in
favor of the Indemnified Parties. In addition, Contractor shall require all non-design-contract
sub-contractors, used or sub-contracted by Contractor to perform the Services or Work required
tinder this Agreement, to obtain insurance that is consistent with the Insurance provisions as set
12 Revised: 5/5/16
720669 1
forth in this Agreement, as well as any other insurance that may be required by Contract Officer.
7. REPORTS AND RECORDS
7.1 Accounting Records. Contractor shall keep complete, accurate, and detailed
accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement.
Contractor shall keep such books and records as shall be necessary to properly perform the
Services required by this Agreement and to enable the Contract Officer to evaluate the
performance of such Services. The Contract Officer shall have full and free access to such books
and records at all reasonable times, including the right to inspect, copy, audit, and make records
and transcripts from such records.
7.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the Services required by this Agreement, or as the
Contract Officer shall require. Contractor acknowledges that the City is greatly concerned about
the cost of the Work and Services to be performed under this Agreement. For this reason,
Contractor agrees that Contractor shall promptly notify the Contract Officer the estimated
increased or decreased cost if Contractor becomes aware of any facts, circumstances, techniques,
or events that may or will materially increase or decrease the cost of the contemplated Work or
Services. If Contractor is providing design services, Contractor shall promptly notify the
Contract Officer the estimated increased or decreased cost for the project being designed if
Contractor becomes aware of any facts, circumstances, techniques, or events that may or will
materially increase or decrease the cost of the design services.
7.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, memoranda, correspondence, computations, and other materials prepared by
Contractor, its employees, subcontractors, and agents in the performance of this Agreement shall
be the property of City and shall be promptly delivered to City upon request of the Contract
Officer or upon the termination of this Agreement. Contractor shall have no claim for further
employment or additional compensation as a result of the exercise by City of its full rights of
ownership of the documents and materials. Any use of such completed documents for other
projects and/or use of incomplete documents without specific written authorization by the
Contractor will be at the City's sole risk and without liability to Contractor, and the City shall
indemnify the Contractor for all resulting damages. Contractor may retain copies of such
documents for their own use. Contractor shall have an unrestricted right to use the concepts
embodied tin this Agreement. Contractor shall ensure that all its subcontractors shall provide for
assignment to City of any documents or materials prepared by them. In the event Contractor
fails to secure such assignment, Contractor shall indemnify City for all resulting damages.
7.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract
Officer. All information gained by Contractor in the performance of this Agreement shall be
considered confidential and shall not be released by Contractor without City's prior written
authorization.
13 Revised: 5/5116
710669 1
� ^ 15
7.5 Audit and Inspection of Records. After receipt of reasonable notice and during
the regular business hours of City, Contractor shall provide City, or other agents of City, such
access to Contractor's books, records, payroll documents, and facilities as City deems necessary
to examine, copy, audit, and inspect all accounting books, records, work data, documents, and
activities directly related to Contractor's performance under this Agreement. Contractor shall
maintain such books, records, data, and documents in accordance with generally accepted
accounting principles and shall clearly identify and make such items readily accessible to such
parties during the term of this Agreement and for a period of three (3) years from the date of
final payment by City hereunder.
8. ENFORCEMENT OF AGREEMENT
8.1 California Law and Venue. This Agreement shall be construed and interpreted
both as to validity and as to performance of the Parties in accordance with the laws of the State
of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation
to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such County, and Contractor covenants and agrees
to submit to the personal jurisdiction of such court in the event of such action.
8.2 Interpretation. This Agreement shall be construed as a whole according to its
fair language and common meaning to achieve the objectives and purposes of the Parties. The
terms of this Agreement are contractual and the result of negotiation between the Parties.
Accordingly, any rule of construction of contracts (including, without limitation, California Civil
Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be
employed in the interpretation of this Agreement. The caption headings of the various sections
and paragraphs of this Agreement are for convenience and identification purposes only and shall
not be deemed to limit, expand, or define the contents of the respective sections or paragraphs.
8.3 Default of Contractor. Contractor's failure to comply with any provision of this
Agreement shall constitute a default.
A. If the City Manager, or his designee, determines that Contractor is in
default in the performance of any of the terms or conditions of this Agreement, he/she shall
notify Contractor in writing of such default. Contractor shall have ten (10) days, or such longer
period as City may designate, to cure the default by rendering satisfactory performance. In the
event Contractor fails to cure its default within such period of time, City shall have the right,
notwithstanding any other provision of this Agreement, to terminate this Agreement without
further notice and without prejudice of any remedy to which City may be entitled at law, in
equity, or under this Agreement. Contractor shall be liable for all reasonable costs incurred by
City as a result of such default. Compliance with the provisions of this section shall not
constitute a waiver of any City right to take legal action in the event that the dispute is not cured,
provided that nothing shall limit City's right to terminate this Agreement without cause under
Section 3.5.
13 If termination is due to the failure of the Contractor to fulfill its
obligations under this Agreement, City may, after compliance with the provisions of Section
14 Revised: 5./5/16
720669 1
16
83A, take over the work and prosecute the same to completion by contract or otherwise. The
Contractor shall be liable to the extent that the total cost for completion of the Services required
hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable
efforts to mitigate such damages). The City may withhold any payments to the Contractor for
the purpose of set-off or partial payment of the amounts owed the City as previously stated. The
withholding or failure to withhold payments to Contractor shall not limit Contractor's liability
for completion of the Services as provided in this Agreement.
8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless
in writing and signed by a duly authorized representative of the Party against whom enforcement
of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant,
condition, or term contained in this Agreement, shall not be construed to be a waiver of any
subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and
complete compliance with any of the covenants, conditions, or terms contained in this
Agreement be construed as changing the terms of this Agreement in any manner or preventing
the Parties from enforcing the fill provisions.
8.5 Riphts and Remedies Cumulative. Except with respect to rights and remedies
expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are
cumulative and the exercise by either Party of one or more of such rights or remedies shall not
preclude the exercise by it, at the same or different times, of any other rights or remedies for the
same default or any other default by the other Party.
8.6 Le¢al Action. In addition to any other rights or remedies, either Party may take
legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to
compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to
obtain any other remedy consistent with the purposes of this Agreement.
8.7 Attorney Rees. In the event any dispute between the Parties with respect to this
Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be
entitled, in addition to such other relief as may be granted, to recover from the non-prevailing
Party all reasonable costs and expenses. These include but are not limited to reasonable attorney
fees, expert contractor fees, court costs and all fees, costs, and expenses incurred in any appeal or
in collection of any judgment entered in such proceeding. To the extent authorized by law, in the
event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding
within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be
the prevailing Party in such litigation or proceeding.
15 Revised: 5/5/16
7206691
17
9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
9.1 Non-liability of City Officers and EmWovees. No officer or employee of the
City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to its
successor, or for breach of any obligation of the terms of this Agreement.
9.2 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.
9.3 Covenant Against Discrimination. In connection with its performance under
this Agreement, Contractor shall not discriminate against any employee or applicant for
employment because of race, religion, color, sex, age, marital status. ancestry, national origin,
sexual orientation, gender identity, gender expression, physical or mental disability, or medical
condition. Contractor shall ensure that applicants are employed, and that employees are treated
during their employment, without regard to their race, religion, color, sex, age, marital status,
ancestry, national origin, sexual orientation, gender identity, gender expression, physical or
mental disability, or medical condition. Such actions shall include, but not be 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.
10. MISCELLANEOUS PROVISIONS
10.1 Patent and Couvri¢ht Infrineement. To the fullest extent permissible under
law; and in lieu of any other warranty by City or Contractor against patent or copyright
infringement, statutory or otherwise:
A. It is agreed that Contractor shall defend at its expense any claim or suit
against City on account of any allegation that any item furnished under this Agreement, or the
normal use or sale arising out of the performance of this Agreement, infringes upon any
presently existing U.S. letters patent or copyright and Contractor shall pay all costs and damages
finally awarded in any such suit or claim, provided that Contractor is promptly notified in writing
of the suit or claim and given authority, information and assistance at Contractor's expense for
the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the
negligence, recklessness or willful misconduct of Contractor. However, Contractor will not
indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that
City's alteration of such deliverable created the infringement upon any presently existing U.S.
letters patent or copyright; or (2) the use of a deliverable in combination with other material not
provided by Contractor when it is such use in combination which infringes upon an existing U.S.
letters patent or copyright.
16 Revised: 5/5116
720669 1
18
B. Contractor shall have sole control of the defense of any such claim or suit
and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or
claim, provided, however, that such defense shall be at Contractor's expense_ Contractor shall
not be obligated to indemnify City tinder any settlement that is made without Contractor's
consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as
a result of the suit or claim, Contractor, at no expense to City, shall obtain for City the right to
use and sell the item, or shall substitute an equivalent item acceptable to City and extend this
patent and copyright indemnity thereto.
10.2 Notice. Any notice, demand, request, consent, approval, or communication that
either party desires, or is required to give to the other party or any other person shall be in
writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail,
registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by
facsimile with attached evidence of completed transmission_ All notices shall be deemed
received upon the earlier of(i) the date of delivery to the address of the person to receive such
notice if delivered personally or by messenger or overnight courier, (ii) five (5) business days
after the date of posting by the United States Post Office if by mail; or(iii) when sent if given by
facsimile. Any notice, request, demand, direction, or other communication sent by facsimile
must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of
electronic transmission such as e-mails, text messages, and instant messages are not acceptable
manners of notice required hereunder. Notices or other communications shall be addressed as
follows:
To Ci City of Palm Springs
Attention: City Manager&City Clerk
3200 E. Tahquitz Canyon Way
Palm springs, California 92262
Telephone: (760) 323-8204
Facsimile: (760) 323-8332
To Contractor: Riselo Engineering Solutions, Inc.
17338 Holly Drive
Fontana, CA 92335
Attention: Romeo Lopez
Telephone: 909-356-8827
Facsimile: 909-356-8826
10.3 Integrated Agreement,
This Agreement constitutes the entire agreement
between the Parties and supersedes all prior negotiations, arrangements, agreements,
representations, and understandings, if any, made by or among the Parties with respect to the
subject matter in this Agreement.
10.4 Amendment. No amendments or other modifications of this Agreement shall be
binding unless through written agreement by all Parties.
10.5 Severability. Whenever possible, each provision of this Agreement shall be
interpreted in such a manner as to be effective and valid under applicable law. If any provision
17 Revised: 5/5!16
720669.1
19
of this Agreement shall be determined to be invalid by a final judgment or decree of a court of
competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition
or invalidity, without invalidating the reminder of that provision, or the remaining provisions of
this Agreement unless the invalid provision is so material that its invalidity deprives either Party
of the basic benefit of their bargain or renders this Agreement meaningless.
10.5 Successors in Interest. This Agreement shall be binding upon and inure to the
benefit of the Parties' successors and assignees.
10.6 Third Partv Beneficiary. Except as may be expressly provided for in this
Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement
be construed as conferring, any rights, including, without limitation, any rights as a third-party
beneficiary or otherwise, upon any entity or person not a party to this Agreement.
10.7 Recitals. The above-referenced Recitals are hereby incorporated into the
Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees
that such Party is bound, for purposes of this Agreement, by the same.
10.8. Corporate Authority. Each of the undersigned represents and warrants that (1)
the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he
or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which
he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing
is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement
does not violate any provision of any other Agreement to which the Party for which he or she is
signing is bound.
18 Rcvised: 5/5/1 G
72W60 1
20
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated
below.
"CITY"
City of Palm Springs
Date: By:
David H. Ready
City Manager
APPROVED AS TO FORM: ATTEST
By: By:
Douglas C. Holland, James Thompson,
City Attorney City Clerk
APPROVED BY CITY COUNCIL:
Date: Agreement No.
Corporations require two notarized signatures. One signature must be from Chairman of Board,President,or any Vice President. The
second signature must be Front(lie Secretary,Assistant Secretary.Treasurer.Assistant Treasurer,or Chief Financial Officer.
CONTRACTOR NAME:
(heck one Individual Partnership _ Coeporation
Address
BY By
Signature(Notarized) Signature(Notarized)
19 Revised 5/5/16
710669 I
21
EXHIBIT "A"
SCOPE OF SERVICES
SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS:
Generally, the scope of work consists of, but is not limited to, Contractor providing all
supervision, labor, materials, phone support, equipment, tools, expendable items and
replacement parts as required under the terms of this contract necessary for the inspections,
preventive maintenance and on-call repair of eight (8) FMC Jetway® Passenger Loading
Bridges, nine (9) Baggage Handling Systems and related equipment at the Palm Springs
International Airport.
I. Scope of Work shall include:
a. All necessary maintenance, on-call servicing, and support required for the
factory specified inspection and preventive maintenance' of:
(1) Eight Passenger Loading Bridges (PLB) and related equipment,
according to manufacturer's requirements and as detailed in FMC
solid state Jetway® Systems Operation and Maintenance Manual-
(2) Six 45 ton and two 75 ton Jet-Aire preconditioned air units.
(3) Eight Jet-Power 400HZ Ground Power units, (one ground power, Jet-
Power 400HZ unit replaced in March 2015, PLB #10).
(4) Eight Jet-Flow Potable Water Systems
(5) Eight cable receivers
(6) Nine Baggage Handling System (BHS) for annual inspection, three (3)
of which are for inspection, preventative and corrective maintenance.
`See Section VIII, page 13, for appropriate FMC maintenance SOP checklists for
standard operating procedures.
b. All necessary support services. This shall include emergency repairs on a
call-out basis as may be required to maintain proper functioning, operation
and reliability of the Passenger Loading Bridges and Baggage Handling
Systems.
c. All related mechanical, electrical and electronic systems associated with the
equipment defined, including cables, motors, fans, alarms, belts, indicator
lights, computers, and accessories, etc.
d. All related instrumentation, controls, electrical, and electronic services
through the motor controls including the secondary breakers serving the
motor controls, and up to but excluding main disconnects in primary
switchboards serving motor controls, starters, etc.
e. Repairs of major equipment or replacement due to normal usage or as
conditions warrant thru programmed change.
f. Repair and replacement of components which may become worn or
damaged due to the general operating environment of aircraft support.
Page 20 of 112
11 22
g. Non-routine or corrective repairs are excluded from the base scope of
preventative maintenance work and pricing. All non-routine repairs will be
required to have a quotation, approval, and then invoiced to the city on a
time and materials basis, per the schedule of compensation.
h. Inspection of all Ball Screw within the 1st three months of Contract. This
inspection shall be in accordance with FMC Technologies Service Bulletin #
109 Attachment"D".
i. Contractor shall be limited to two hours travel per technician per day for
non-routine maintenance callout. This shall be limited to no more than four
hours per day thereby reasonably allowing for two Contractor technicians 1
hour of travel each way.
CONTRACTOR'S LICENSE: The selected firm must possess a valid, current and in good
standing a C-10 or C-20 contractor's license issued by the California State Contractor Licensing
Board at the time of submitting a proposal and throughout the duration of the contract term. A
copy of the contractor's license number and date of expiration shall be included in the submitted
Proposal. Failure to produce and possess the specified license will render the Proposal as non-
responsive.
CALIFORNIA WAGE RATE REQUIREMENTS: The selected firm must 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 for the locality where the work is to be performed. The
selected firm must furnish electronic certified payroll records directly to the Labor Commissioner
(via the Division of Labor Standards Enforcement). As a condition of award or after April 1, 2015,
the contractor and any subcontractor listed on the bid must be registered with the Department of
Industrial Relations pursuant to Section 1725.5 of the California Labor Code.
A copy of said wage rates is available on-line at:
www.dir-ca.gov/disrIDPreWageDetermination.htm
The Contractor and any sub-contractor's shall pay not less than said specified rates and shall post
a copy of said wage rates and other notices prescribed by regulation at the project site.
II. Contractor's Responsibility
a. General Maintenance: Contractor will be responsible for ensuring all work
performed on the PLB and BHS is conducted in a first class manner, in
accordance with manufacturer's recommendations and these
specifications, and that upon completion of maintenance activity, the PLB
and BHS's perform to the specifications for which they were designed. The
Contractor shall provide the name, telephone number, and address of its
Project Manager, in writing, to Superintendent of Maintenance or designee, at
least five days prior to Contract start date. The Project Manager shall have
complete authority to act for the Contractor during the term of contract. The
Project Manager shall have the authority to accept notices, inspection reports
and all other correspondence on behalf of the Contractor. The Project
Manager shall look for solutions to operational problems, purchases of hard to
Page 21 of 112
23
obtain parts, and generally expedite the repairs. The Superintendent or
designee shall be able to contact the Project Manager or a designated
representative at any time, day or night, to initiate emergency work
requirements. The designated recipient of emergency work notifications shall
have at such person's disposal the means to contact and assemble the
required personnel, tools and equipment to start and affect necessary repair
within established time frames. Electronic answering services or other such
devices do not meet the requirements of the paragraph unless the call is
automatically transferred to the appropriate Contractor Office after being
placed by the Superintendent or designee. The proposed Project Manager
shall be subject to the approval of the City and shall not be changed without
the written consent, which consent shall not be unreasonably withheld.
b. Preventive Maintenance (PM) Program: Contractor shall develop a routine
computer generated Preventive Maintenance (PM) schedule, in accordance
with the manufacturer's recommendations, and submit it to the Airport
Maintenance Superintendent or designee for approval. PM program will
consist of quarterly, semi-annual, and Annual (see schedule in Attachment
E). The services shall be performed diligently and without unnecessary
delays during periods scheduled for service. The PM program approved by
the Superintendent or designee shall commence upon written notice to
proceed and continue according to the submitted schedule. All
maintenance will be in strict compliance with the original equipment
manufacturer's specifications and recommendations. The PM program shall
assure high system reliability and indicate necessary actions to be taken to
continue reliable operation.
C. Remedial Maintenance: Contractor shall respond within the response times
required in the Schedules included in this RFP. Contractor personnel shall
work continuously until the critical malfunctions are corrected or as may be
acceptable to the superintendent or designee.
d. Where it is evident that safety, reliability or efficiency can be improved
through capital investment in equipment, Contractor shall notify on such
matters, in writing, to the attention of the Airport Maintenance
Superintendent or designee and Deputy of Operations and Maintenance .
e. Contractor shall have a minimum of five consecutive years of recent
experience in the inspection, maintenance and repair of PLB and three
consecutive years of recent experience in the inspection, maintenance and
repairs of the BHS or similar equipment. The Contractor must possess and
provide a copy of a C10 (electrical) and C20 (HVAC) license classifications
for the contractor at time of proposal submission and through the duration
of the contract, as demonstration to address electrical, mechanical/HVAC
for the PLB and BHS.
f. Contractor shall provide the required personnel and equipment, with
common or expected spare parts on hand for regular preventive
maintenance, for non-routine and on-call emergency corrective repairs on a
24-hour basis, 7 days per week.
Page 22 of 112
24
g. Contractor shall provide all tools, office equipment, communications
equipment and vehicles to perform the duties under the Scope of Work.
h. The Airport does not require the Contractor to maintain an on-site presence
but the City shall provide Contractor a un-secured storage area of
approximately 200sf. at no cost, for the purpose of storing spare parts and
equipment. This area will be viewed as City space, and as such will not be
used for any purpose other than the execution of this contract.
i. Contractor shall be issued repair work orders generated via the Airport's
computerized maintenance management system. Work orders issued by
Airport Control Center / Operations will be filled out by Contractor and
returned to Operations staff upon job completion. Contractor will provide its
own intelligent communications/equipment (e.g., Smart phone, etc.) to
adapt to the Airport Work Order system (i.e., Facility Dude).
j. Contractor shall submit a preventive maintenance (PM) report at the end of
each scheduled PM, detailing the repairs, adjustments, parts used, and
inspections performed. Contractor will schedule and meet with the
superintendent or his designee after each PM.
k. All labor provided will have a 60 day warranty.
III. SPARE AND REPLACEMENT PARTS
a. Contractor shall have the availability of adequate parts and service facilities
in the Southern California area to properly service all aspects of the
systems.
b. All replacement parts are to be new and of the same manufacture as
equipment being worked upon, and shall have a warranty of one year.
Where this is not possible, Contractor may provide rebuilt parts of the
original manufacturer, or use new parts of another manufacturer. In either
case, parts shall be equal or better in quality and operation, be free from
defects, and shall have a warranty of one year. Contractor shall obtain
Airport Maintenance Superintendent or designee approval prior to
purchasing or installing parts that are not new and/or of the same
manufacture as original.
The Contractor shall maintain a stock of expendable supply items such as
various sizes and types of nuts, bolts, washers, screws, lock-washers, etc.
c. All control and instrumentation devices that are replaced shall be new and
of original manufacture, or of equal or better quality and operating
characteristics than the original. Contractor shall not mix control and
instrumentation devices from different manufacturers within a specific
control system without the prior approval of the Superintendent or
designee.
d. Parts must meet OEM specifications; however, they do not need to be
purchased from the OEM supplier. If an alternate brand or model meets or
Page 23 of 112
25
exceeds the OEM specifications and performs as well or better than the
specified brand or type, and causes no interference with operational activities
or damage to the facilities, then the item may be approved for use, but not
before approval by the Superintendent or designee.
e. An Inventory of parts owned by the Airport is listed in Attachment "G" and is
available for use during this contract. The Airport considers utilization of
these parts as first in first out. Contractor will immediately replace these
parts as they are used, upon quote and written approval of Superintendent
or designee for invoicing.
IV. Employees
a. Contractor shall staff its operations in classifications and numbers needed
to meet the requirements of the Request for Proposal. These levels are
based on a minimum number of employees as follows:
(1) Two (2) Journeymen level Technicians per scheduled PM, capable of
repairing all systems covered in the Scope of Work section. This
includes electrical, mechanical, and troubleshooting repairs to the
PLB and related systems.
(2) Sufficient qualified staff, as may be required, to perform all trouble
call work in a complete and expeditious manner.
(3) One (1) management level employee to act as a point of contact for
the Airport and be responsible for all parts of the execution of the
contract. Changes in the staffing of this position must be approved by
the Contract Officer.
b. All employees, representatives, and officials shall be expected to maintain
excellent relations with the public, Airport officials and employees. Any display of
offensive, discourteous or rude behavior by any representative of the Contractor
may be cause for contract termination.
c. Use of alcoholic beverages by Contractor representatives is prohibited, and
representatives are prohibited from being on the premises under the influence of
alcohol or other substances.
d. Contractor's personnel shall possess factory certifications for PLB only to be
serviced under this agreement. BHS requires a minimum of 3 consecutive years
of recent experience in the inspection, maintenance and repair of similar
equipment.
V. SCHEDULE OF WORK
a. Scheduled work shall be performed according to the Schedule of Performance
included in this RFP. Any work to be performed contrary to this schedule shall
be approved by the Contract Officer prior to such occurrence. The Schedule shall
be kept throughout the duration of the Contract, and if modified shall be
resubmitted to the Contract Officer for approval as required.
Page 24 of 112
26
VI. RESPONSE TIME
a. Response time for work requirements is dependent upon work priority and shall be
in accordance with the following standards:
(1) Emergency Work: 24/7 365 days a year - the Contractor shall have
available personnel to take action at the emergency job site within
four hours following notification by the Superintendent or designee.
(2) Non Routine Work: If notified before 1100 hours, same day,
response time is 4 hours from notification (4 hours minimum
response): after 1100hrs but before 2000, response time is before
0600 hours next day. After 2000 before 2300, response time before
1000 hours next day.
Time of Notification` Required Response Time'
<1100hrs SAME DAY(4 hours of call)
>1100hrs and <2000hrs 0600hrs NEXT DAY
> 2000hrs and <2300hrs 1000hrs NEXT DAY
all times are local KPSP
Response time requires physical presence of Contractor Employees
as defined in Section VI above.
(3) All work is to be scheduled in a manner agreeable to the
Superintendent or Designee.
b. All work, once initiated, the Contractor shall maintain continued and steady
progress to ensure completion. Work schedules shall accommodate airline
schedules where the work will have the least impact on the airline's operation
whenever possible.
c. Non Routine Work shall be at the applicable labor hourly rate plus parts. This
hourly rate shall be provided in the cost proposal.
VII. SPECIAL SECURITY REQUIREMENTS
(SECURED ACCESS TO WORK AREAS)
The areas in which work is to be performed are considered secure areas in
accordance with Federal Aviation Administration and Transportation Security
Administration security guidelines. The Contractor must comply with all of the
following security related procedures/conditions.
(1) Employment History: Prior to commencement of the Services of the
Contract, the successful Contractor will be required to submit a letter
authorizing an individual(s) to approve the issuance of Security
Information Display Area (SIDA) badges. All Contractor personnel
designated to receive SIDA badges are required to complete a
Page 25 of 112 10 - 27
fingerprint based Criminal History Records Check (CHRC) prior to
authorization for SIDA area training.
(2) Employee Security Badges: All Contractor personnel who access the
Airport SIDA area must obtain, and conspicuously display on their
person at all times, an Airport issued security identification badge. The
appropriate badge may be obtained at the Airport Operations Control
Center located in the terminal building. A $38.00 (subject to change)
fee is required for each fingerprint CHRC check, and a $38.00
(subject to change) processing fee is also required for each badge. All
SIDA badges remain the property of the Airport and shall be
surrendered to Airport Operations upon completion of contract or
employee termination. To obtain a SIDA badge, each Contractor
employee must have satisfactorily undergone the fingerprint CHRC
and successfully completed required two hour training on airport
security. Attendance of the class and issuance of the security
identification badge may take longer than two hours per person.
Airport SIDA forms are available on the internet at:
http://WWW.Palmsprings-ca.gov/airportsecurite
(3) Site Access: Access to SIDA shall be through Perimeter Gate 15,
unless otherwise arranged with Airport Operations. Access to any
SIDA area will be permitted only for SIDA badge personnel or for
personnel under escort by a SIDA badge Contractor employee. No
deviations from any security measure will be permitted-
(4) Vehicles and Equipment: All licensed vehicles operated on the Airport
property are required to have conspicuously displayed in the
windshield a vehicle permit issued by Airport personnel. This vehicle
permit shall hold the Contractor responsible for both the vehicle and
all personnel within the vehicle while on Airport property.
i. Procedures to Obtain an AOA Vehicle Permit
The Airport requires a separate "Authorization Signature Letter" to
be on file for each Contractor requesting AOA Permits. The letter
must have at least one individual who is authorized to request ID
badges for your company. We prefer that you include only
management or supervisors on this letter. A sample form is
available by visiting the Airport Permitting Office or e-mailing
Airport Operations at VI Papa Imsprings-ca.gov. Please submit
your letter with 'original' signatures.
An AOA Vehicle Permit request form must be submitted each time
you are requesting vehicle permits. More than one vehicle may be
listed with each request, and the form will require the following
information: Vehicle make, vehicle type, color, year, and license
number. A sample form is available by visiting the Airport
Permitting Office or e-mailing Airport Operations at
VIPCo?palmsprings-ca.gov. An information package is also
available for reference.
All vehicle permit fees must be paid at the time of issuance.
Page 26 of 112
28
(5) Identification: Each employee obtaining SIDA access shall at all times
display on their person the SIDA badge while in the secure area.
Additionally, all personnel shall wear Contractor supplied uniforms at
all times during the performance of this work. Contractor's supervisory
staff may wear identification badges in lieu of uniforms.
VII. COMMUNICATIONS
a. At the discretion of the Superintendent or designee, Contractor may be
required to utilize a radio communications system supplied by the Palm
Springs Airport during all work performed. The Contractor will be required
to have mobile/cell capability whenever on airport.
Vill. STANDARD OPERATING PROCEDURES (SOP)/ REFERENCES
a. The following are the references for the maintenance SOP
manuals/checklists that shall be followed for the equipment to be serviced
under the contract:
(1) FMC JetwayO Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-
HD-AC Drive, Quarterly preventive maintenance checklist, Section 5,
2-5
(2) FMC Jetway® Systems Jetaire PC Air — Model XPC 4500 & 7500,
Quarterly preventive maintenance checklist, Section 5, 2-5
(3) FMC Jetway® Systems Apron Drive 2&3 Tunnel, Solid State FRC-
HD-AC Drive, Semi-annual preventive maintenance checklist, Section
6, 2-6
(4) FMC Jetway® Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-
HD-AC Drive, Annual preventive maintenance checklist, Section 6, 2-
7
Note: The manuals are available on site for reference but shall remain airport
property. Contractor should have access to these manuals independently.
b. Six (6) of the Palm Springs International Airport's baggage handling
equipment were installed and have been maintained since the
1960's. Because of the age and various systems utilized, the
airport requires the Contractor to, at minimum, complete a
inspection checklist when performing Annual Inspections of the
Baggage Handling Systems for BHS #'s 4,5,6,7,8 and 9 (Sample
Inspection Check list provided in Attachment "F"). Although these
units are maintained by the Airline Operators, prior to each busy
season, the Airport performs an annual inspection on ALL Baggage
Handling Systems (BHS #1 thru 9) so as to avoid any unplanned
down time. Discrepancies resulting from these inspections are to be
reported to the Airport and the corresponding Operators.
Inspections will be the Airport's responsibility and is part of this
package proposal. All repairs will be separate and considered Non
Routine.
Page 27 of 112
29
WORK SUMMARY REPORT
i. Weekly Summary: A Weekly Summary Report must be turned in to the
Superintendent or designee utilizing a mutually agreeable form not later
than the close of business of the first working day of each week indicating
all completed or in-progress work. This is for Passenger Loading Bridge
Systems only.
ii. Backlog Report: A report indicating the current, accumulated backlog by
type of work and reason shall be prepared on a mutually agreeable form
and submitted to the Superintendent or Designee by the 10th day of each
month showing the status as of the last day of the preceding month. This is
for Passenger Loading Bridge Systems only.
Yagc 28 of 112
30
EXHIBIT 'B"
CITY'S REQUEST FOR PROPOSALS
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP) #06-16
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
INSPECTION AND MAINTENANCE SERVICE
Requests for Proposals (RFP #06-16), for a Contractor that can provide inspection and
preventative maintenance services for eight (8) FMC Jetway® Passenger Loading Bridges and
nine (9) Glidepath and Hydrol baggage handling systems at the Palm Springs International
Airport for the City of Palm Springs, CA, (hereinafter the `RFP"). Proposals will be received at
the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs,
California, until 3:00 P.M. LOCAL TIME, TUESDAY, JULY 19, 2016. It is the responsibility of
the respondent to see that any proposal sent through the mail, or by any other delivery method,
shall have sufficient time to be received by this specified date and time. The receiving time in
the Procurement Office will be the governing time for acceptability of proposals. Telegraphic,
telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned
unopened. Failure to register as a Proposer to this RFP process per the instructions in the
Notice Inviting Requests for Proposals (under "Obtaining RFP Documents") may result in not
receiving Addenda or other important information pertaining to this process. Failure to
acknowledge Addenda may render a proposal as being non-responsive. We strongly advise
that interested Contractor officially register per the instructions.
1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from
qualified Contractors to provide the City with inspection and maintenance services related to the
Palm Springs International Airport passenger loading bridges (PLB) and baggage handling
systems (BHS) (hereinafter the "Project'). The selected firm will be expected to provide the
required services to provide all supervision, labor, materials, phone support, equipment, tools,
expendable items and replacement parts as required under the terms of this contract, necessary
for the preventive maintenance and on-call repair of eight (8) FMC Jetway® Passenger Loading
Bridges and nine (9) Glidepath and Hydrol Baggage Handling Systems, pursuant to the scope
of services as stated herein.
SCHEDULE:
Notice requesting Proposals posted and issued ....................................................June 16, 2016
Pre-Proposal Conference ..................................................Tuesday, June 28, 2016, 8:30A.M.
Deadline for receipt of Questions......................................Tuesday, July 12, 2016, 3:00 P.M.
Deadline for receipt of Proposals...................................... Tuesday, July 19, 2016, 3:00 P.M.
Short List/ Interviews/, *if desired by City .........................................................to be determined
Contract awarded by City Council..................................................................... to be determined
NOTE: *Dates above are subject to change.
Page 29 of 112
31
KEY TO RFP ATTACHMENTS:
ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment.
*Must be completed and included with Work/Technical Proposal envelope.
ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included
with WorklTechnical Proposal envelope.
ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a
separately sealed envelope—do NOT include this with your Work/Technical Proposal.
ATTACHMENT "D" — Ball Screw Inspection Service Bulletin #109.
ATTACHMENT "E" — Passenger Loading Bridge Preventative Maintenance Program
Schedule
ATTACHMENT "F" —Sample Inspection Check List for Baggage Handling System
ATTACHMENT "G"—Spare Parts Inventory
ATTACHMENT "H" — Sample Boilerplate Contract Services Agreement (for reference
only)
2. BACKGROUND: The City of Palm Springs owns and operates the Palm Springs
International Airport, The Airport is located in eastern Riverside County, approximately 2.5
miles east of the central business district of Palm Springs, California. The Airport serves as the
major air transportation center for the entire Coachella Valley. The Airport serves approximately
two million passengers each year with approximately 60 percent of this traffic occurring between
the months of December through May. There are eight Passenger Boarding Bridges located on
one concourse. The other concourse also has eight gates but relies on ground loading without
the utilization of any bridges.
There are nine Baggage Handling Systems, all located within the main airport terminal. Three
utilize Glidepath conveyer configuration; the remaining six are of the belt conveyer
configuration. The Glidepath systems were installed in 1988 with one of the belt conveyers
installed in 1999. The balance of the units are dated between the 1960's and 70's.
The current maintenance contract will be expiring soon and the City is now seeking proposals
for scheduled and unscheduled maintenance as well as inspections of both the Passenger
Loading Bridges and Baggage Handling Systems.
II. DESCRIPTION OF FACILITIES
All work shall take place at Palm Springs International Airport, 3400 Tahquitz Canyon
Way, Palm Springs, CA, 92262. The Passenger Loading Bridges (1999 installation)
consist of eight apron drive, 3-tunnel boarding bridges, each with preconditioned air, 400
Hertz ground power units and potable water supply.
The eight (8) Passenger Loading Bridges are identified as follows: (Note that Gate #5
has been modified with an FMC manufactured "C-E" floor to service regional jets.)
GATE LOCATION MANUFACTURER MODEL NO. CONFIGURATION /
PC AIR CAPACITY
GATE 4 FMC JETWAY® AD3-60/119-125R 3 TUNNEL/45 TON
Page 30 of 112
32
GATE 5 FMC JETWAY® AD3-60/119-125R 3 TUNNEL /45 TON
GATE 6 FMC JETWAY® AD3-60/119-125R 3 TUNNEL /45 TON
GATE 7 FMC JETWAY® AD3-60/119-125R 3 TUNNEL / 75 TON
GATE 8 FMC JETWAY® AD3-60/119-125R 3 TUNNEL/45 TON
GATE 9 FMC JETWAY® AD3-60/119-125R 3 TUNNEL/45 TON
GATE 10 FMC JETWAY® AD3-60/119-125R 3 TUNNEL/ 75 TON
GATE 11 FMC JETWAY® AD3-60/119-125R 3 TUNNEL/ 45 TON
The Nine Baggage Handling Systems, all located in the main terminal complex are
identified as follows:
Unit Location Manufacturer Configuration
1 Baggage Claim Glide path Glide path
2 Baggage Claim Glide path Glide path
3 Baggage Claim Glide path Glide path
4 Ticketing Orig. Hydrol System Belt
5 Ticketing Orig. Hydrol System Belt
6 Ticketing Ong. Hydrol System Belt
7 Ticketing Orig. Hydrol System Belt
8 Ticketing Ong. Hydrol System Belt
9 Ticketing ABHI Belt
"NOTE: Units 1, 2 and 3 are Glidepath baggage handling systems that were installed in the
1980's. Units 4, 5, 6, 7, 8, and 9 were originally Hydrol Systems and were installed in the
1960's. Due to updates and repairs to the Hydrol Systems, they have been modified with
various other manufactured parts and equipment to keep operational_
3. SCOPE OF WORK, SERVICES, OBJECTIVES AND SPECIFICATIONS:
Generally, the scope of work consists of, but is not limited to, Contractor providing all
supervision, labor, materials, phone support, equipment, tools, expendable items and
replacement parts as required under the terms of this contract necessary for the inspections,
preventive maintenance and on-call repair of eight (8) FMC Jetway® Passenger Loading
Bridges, nine (9) Baggage Handling Systems and related equipment at the Palm Springs
International Airport.
II. Scope of Work shall include:
a. All necessary maintenance, on-call servicing, and support required for the
factory specified inspection and preventive maintenance" of:
Page 31 of 112
33
(1) Eight Passenger Loading Bridges (PLB) and related equipment,
according to manufacturer's requirements and as detailed in FMC
solid state Jetway®Systems Operation and Maintenance Manual.
(2) Six 45 ton and two 75 ton Jet-Aire preconditioned air units.
(3) Eight Jet-Power 400HZ Ground Power units, (one ground power, Jet-
Power 400HZ unit replaced in March 2015, PLB #10).
(4) Eight Jet-Flow Potable Water Systems
(5) Eight cable receivers
(6) Nine Baggage Handling System (BHS)for annual inspection, three (3)
of which are for inspection, preventative and corrective maintenance.
`See Section Vill, page 13, for appropriate FMC maintenance SOP checklists for
standard operating procedures.
b. All necessary support services. This shall include emergency repairs on a
call-out basis as may be required to maintain proper functioning, operation
and reliability of the Passenger Loading Bridges and Baggage Handling
Systems.
C. All related mechanical, electrical and electronic systems associated with the
equipment defined, including cables, motors, fans, alarms, belts, indicator
lights, computers, and accessories, etc.
d. All related instrumentation, controls, electrical, and electronic services
through the motor controls including the secondary breakers serving the
motor controls, and up to but excluding main disconnects in primary
switchboards serving motor controls, starters, etc.
e. Repairs of major equipment or replacement due to normal usage or as
conditions warrant thru programmed change.
f. Repair and replacement of components which may become worn or
damaged due to the general operating environment of aircraft support.
g. Non-routine or corrective repairs are excluded from the base scope of
preventative maintenance work and pricing. All non-routine repairs will be
required to have a quotation, approval, and then invoiced to the city on a
time and materials basis, per the schedule of compensation.
h. Inspection of all Ball Screw within the 1st three months of Contract. This
inspection shall be in accordance with FMC Technologies Service Bulletin #
109 Attachment"D".
i. Contractor shall be limited to two hours travel per technician per day for
non-routine maintenance callout. This shall be limited to no more than four
hours per day thereby reasonably allowing for two Contractor technicians 1
hour of travel each way.
CONTRACTOR'S LICENSE: The selected firm must possess a valid, current and in good
standing a C-10 or C-20 contractor's license issued by the California State Contractor Licensing
Page 32 of 112
11 34
Board at the time of submitting a proposal and throughout the duration of the contract term. A
copy of the contractor's license number and date of expiration shall be included in the submitted
Proposal. Failure to produce and possess the specified license will render the Proposal as non-
responsive.
CALIFORNIA WAGE RATE REQUIREMENTS: The selected firm must 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 for the locality where the work is to be performed. The
selected firm must furnish electronic certified payroll records directly to the Labor Commissioner
(via the Division of Labor Standards Enforcement). As a condition of award or after April 1, 2015,
the contractor and any subcontractor listed on the bid must be registered with the Department of
Industrial Relations pursuant to Section 1725.5 of the California Labor Code.
A copy of said wage rates is available on-line at:
www.dir.ca.gov/dIsr/DPreWageDetermination.htm
The Contractor and any sub-contractor's shall pay not less than said specified rates and shall post
a copy of said wage rates and other notices prescribed by regulation at the project site.
II. Contractor's Responsibility
a. General Maintenance: Contractor will be responsible for ensuring all work
performed on the PLB and BHS is conducted in a first class manner, in
accordance with manufacturer's recommendations and these
specifications, and that upon completion of maintenance activity, the PLB
and BHS's perform to the specifications for which they were designed. The
Contractor shall provide the name, telephone number, and address of its
Project Manager, in writing, to Superintendent of Maintenance or designee, at
least five days prior to Contract start date. The Project Manager shall have
complete authority to act for the Contractor during the term of contract. The
Project Manager shall have the authority to accept notices, inspection reports
and all other correspondence on behalf of the Contractor. The Project
Manager shall look for solutions to operational problems, purchases of hard to
obtain parts, and generally expedite the repairs. The Superintendent or
designee shall be able to contact the Project Manager or a designated
representative at any time, day or night, to initiate emergency work
requirements. The designated recipient of emergency work notifications shall
have at such person's disposal the means to contact and assemble the
required personnel, tools and equipment to start and affect necessary repair
within established time frames. Electronic answering services or other such
devices do not meet the requirements of the paragraph unless the call is
automaticallytransferred to the appropriate Contractor Office after being
9
placed by the Superintendent or designee. The proposed Project Manager
shall be subject to the approval of the City and shall not be changed without
the written consent, which consent shall not be unreasonably withheld.
b. Preventive Maintenance (PM) Program: Contractor shall develop a routine
computer generated Preventive Maintenance (PM) schedule, in accordance
with the manufacturer's recommendations, and submit it to the Airport
Maintenance Superintendent or designee for approval. PM program will
Page 33 of 112
35
consist of quarterly, semi-annual, and Annual (see schedule in Attachment
E). The services shall be performed diligently and without unnecessary
delays during periods scheduled for service. The PM program approved by
the Superintendent or designee shall commence upon written notice to
proceed and continue according to the submitted schedule. All
maintenance will be in strict compliance with the original equipment
manufacturer's specifications and recommendations. The PM program shall
assure high system reliability and indicate necessary actions to be taken to
continue reliable operation.
C. Remedial Maintenance: Contractor shall respond within the response times
required in the Schedules included in this RFP. Contractor personnel shall
work continuously until the critical malfunctions are corrected or as may be
acceptable to the superintendent or designee.
d. Where it is evident that safety, reliability or efficiency can be improved
through capital investment in equipment, Contractor shall notify on such
matters, in writing, to the attention of the Airport Maintenance
Superintendent or designee and Deputy of Operations and Maintenance .
e. Contractor shall have a minimum of five consecutive years of recent
experience in the inspection, maintenance and repair of PLB and three
consecutive years of recent experience in the inspection, maintenance and
repairs of the BHS or similar equipment. The Contractor must possess and
provide a copy of a C10 (electrical) and C20 (HVAC) license classifications
for the contractor at time of proposal submission and through the duration
of the contract, as demonstration to address electrical, mechanical/HVAC
for the PLB and BHS.
f. Contractor shall provide the required personnel and equipment, with
common or expected spare parts on hand for regular preventive
maintenance, for non-routine and on-call emergency corrective repairs on a
24-hour basis, 7 days per week.
g. Contractor shall provide all tools, office equipment, communications
equipment and vehicles to perform the duties under the Scope of Work.
h. The Airport does not require the Contractor to maintain an on-site presence
but the City shall provide Contractor a un-secured storage area of
approximately 200sf. at no cost, for the purpose of storing spare parts and
equipment. This area will be viewed as City space, and as such will not be
used for any purpose other than the execution of this contract.
i. Contractor shall be issued repair work orders generated via the Airport's
computerized maintenance management system. Work orders issued by
Airport Control Center / Operations will be filled out by Contractor and
returned to Operations staff upon job completion. Contractor will provide its
own intelligent communications/equipment (e.g.. Smart phone, etc.) to
adapt to the Airport Work Order system (Le., Facility Dude).
Page 34 of 112
36
j. Contractor shall submit a preventive maintenance (PM) report at the end of
each scheduled PM, detailing the repairs, adjustments, parts used, and
inspections performed. Contractor will schedule and meet with the
superintendent or his designee after each PM.
k. All labor provided will have a 60 day warranty.
IV. SPARE AND REPLACEMENT PARTS
a. Contractor shall have the availability of adequate parts and service facilities
in the Southern California area to properly service all aspects of the
systems.
b. All replacement parts are to be new and of the same manufacture as
equipment being worked upon, and shall have a warranty of one year.
Where this is not possible, Contractor may provide rebuilt parts of the
original manufacturer, or use new parts of another manufacturer. In either
case, parts shall be equal or better in quality and operation, be free from
defects, and shall have a warranty of one year. Contractor shall obtain
Airport Maintenance Superintendent or designee approval prior to
purchasing or installing parts that are not new and/or of the same
manufacture as original.
The Contractor shall maintain a stock of expendable supply items such as
various sizes and types of nuts, bolts, washers, screws, lock-washers, etc.
f. All control and instrumentation devices that are replaced shall be new and
of original manufacture, or of equal or better quality and operating
characteristics than the original. Contractor shall not mix control and
instrumentation devices from different manufacturers within a specific
control system without the prior approval of the Superintendent or
designee.
g. Parts must meet OEM specifications; however, they do not need to be
purchased from the OEM supplier. If an alternate brand or model meets or
exceeds the OEM specifications and performs as well or better than the
specified brand or type, and causes no interference with operational activities
or damage to the facilities, then the item may be approved for use, but not
before approval by the Superintendent or designee.
h. An Inventory of parts owned by the Airport is listed in Attachment "G" and is
available for use during this contract. The Airport considers utilization of
these parts as first in first out. Contractor will immediately replace these
parts as they are used, upon quote and written approval of Superintendent
or designee for invoicing.
Page 35 of 112
37
IV. Employees
a. Contractor shall staff its operations in classifications and numbers needed to
meet the requirements of the Request for Proposal. These levels are based on a
minimum number of employees as follows:
(4) Two (2) Journeymen level Technicians per scheduled PM, capable of
repairing all systems covered in the Scope of Work section. This includes
electrical, mechanical, and troubleshooting repairs to the PLB and related
systems.
(5) Sufficient qualified staff, as may be required, to perform all trouble call work
in a complete and expeditious manner-
(6) One (1) management level employee to act as a point of contact for the
Airport and be responsible for all parts of the execution of the contract.
Changes in the staffing of this position must be approved by the Contract
Officer.
e. All employees, representatives, and officials shall be expected to maintain
excellent relations with the public, Airport officials and employees. Any display of
offensive, discourteous or rude behavior by any representative of the Contractor
may be cause for contract termination.
f. Use of alcoholic beverages by Contractor representatives is prohibited, and
representatives are prohibited from being on the premises under the influence of
alcohol or other substances.
g. Contractor's personnel shall possess factory certifications for PLB only to be
serviced under this agreement. BHS requires a minimum of 3 consecutive years
of recent experience in the inspection, maintenance and repair of similar
equipment.
V. SCHEDULE OF WORK
a. Scheduled work shall be performed according to the Schedule of Performance
included in this RFP. Any work to be performed contrary to this schedule shall
be approved by the Contract Officer prior to such occurrence. The Schedule shall
be kept throughout the duration of the Contract, and if modified shall be
resubmitted to the Contract Officer for approval as required.
VI. RESPONSE TIME
a. Response time for work requirements is dependent upon work priority and shall be
in accordance with the following standards:
(1) Emergency Work: 24/7 365 days a year - the Contractor shall have
available personnel to take action at the emergency job site within
four hours following notification by the Superintendent or designee.
(2) Non Routine Work: If notified before 1100 hours, same day,
response time is 4 hours from notification (4 hours minimum
response): after 1100hrs but before 2000, response time is before
Page 36 of 112
38
0600 hours next day. After 2000 before 2300, response time before
1000 hours next day.
Time of Notification* Required Response Time
<1100hrs SAME DAY (4 hours of call)
>1100hrs and <2000hrs 0600hrs NEXT DAY
> 2000hrs and <2300hrs 1000hrs NEXT DAY
all times are local KPSP
Response time requires physical presence of Contractor Employees
as defined in Section VI above-
(3) All work is to be scheduled in a manner agreeable to the
Superintendent or Designee-
b. All work, once initiated, the Contractor shall maintain continued and steady
progress to ensure completion. Work schedules shall accommodate airline
schedules where the work will have the least impact on the airline's operation
whenever possible.
c. Non Routine Work shall be at the applicable labor hourly rate plus parts. This
hourly rate shall be provided in the cost proposal.
VII. SPECIAL SECURITY REQUIREMENTS
(SECURED ACCESS TO WORK AREAS)
The areas in which work is to be performed are considered secure areas in
accordance with Federal Aviation Administration and Transportation Security
Administration security guidelines. The Contractor must comply with all of the
following security related procedures/conditions.
(1) Employment History: Prior to commencement of the Services of the
Contract, the successful Contractor will be required to submit a letter
authorizing an individual(s) to approve the issuance of Security
Information Display Area (SIDA) badges. All Contractor personnel
designated to receive SIDA badges are required to complete a
fingerprint based Criminal History Records Check (CHRC) prior to
authorization for SIDA area training-
(2) Employee Security Badges: All Contractor personnel who access the
Airport SIDA area must obtain, and conspicuously display on their
person at all times, an Airport issued security identification badge. The
appropriate badge may be obtained at the Airport Operations Control
Center located in the terminal building. A $38.00 (subject to change)
fee is required for each fingerprint CHRC check, and a $38.00
(subject to change) processing fee is also required for each badge. All
SIDA badges remain the property of the Airport and shall be
surrendered to Airport Operations upon completion of contract or
Page 37 of 112
39
employee termination. To obtain a SIDA badge, each Contractor
employee must have satisfactorily undergone the fingerprint CHRC
and successfully completed required two hour training on airport
security. Attendance of the class and issuance of the security
identification badge may take longer than two hours per person.
Airport SIDA forms are available on the internet at:
http://www.palmsprings-ca.gov/airportsecurity
(3) Site Access: Access to SIDA shall be through Perimeter Gate 15,
unless otherwise arranged with Airport Operations. Access to any
SIDA area will be permitted only for SIDA badge personnel or for
personnel under escort by a SIDA badge Contractor employee. No
deviations from any security measure will be permitted.
(4) Vehicles and Equipment: All licensed vehicles operated on the Airport
property are required to have conspicuously displayed in the
windshield a vehicle permit issued by Airport personnel. This vehicle
permit shall hold the Contractor responsible for both the vehicle and
all personnel within the vehicle while on Airport property.
i. Procedures to Obtain an AOA Vehicle Permit
The Airport requires a separate "Authorization Signature Letter" to
be on file for each Contractor requesting AOA Permits. The letter
must have at least one individual who is authorized to request ID
badges for your company. We prefer that you include only
management or supervisors on this letter. A sample form is
available by visiting the Airport Permitting Office or e-mailing
Airport Operations at VIP(d_)palmsprings-ca.gov. Please submit
your letter with "original" signatures.
An AOA Vehicle Permit request form must be submitted each time
you are requesting vehicle permits. More than one vehicle may be
listed with each request, and the form will require the following
information: Vehicle make, vehicle type, color, year, and license
number. A sample form is available by visiting the Airport
Permitting Office or e-mailing Airport Operations at
VIPopalmsprings-ca.gov. An information package is also
available for reference.
All vehicle permit fees must be paid at the time of issuance.
(5) Identification: Each employee obtaining SIDA access shall at all times
display on their person the SIDA badge while in the secure area.
Additionally, all personnel shall wear Contractor supplied uniforms at
all times during the performance of this work. Contractor's supervisory
staff may wear identification badges in lieu of uniforms.
VII. COMMUNICATIONS
a. At the discretion of the Superintendent or designee, Contractor may be
required to utilize a radio communications system supplied by the Palm
Springs Airport during all work performed. The Contractor will be required
to have mobile/cell capability whenever on airport.
Page 38 of 112
40
VIII. STANDARD OPERATING PROCEDURES (SOP)/ REFERENCES
a. The following are the references for the maintenance SOP
manuals/checklists that shall be followed for the equipment to be serviced
under the contract:
(1) FMC Jetway® Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-
HD-AC Drive, Quarterly preventive maintenance checklist, Section 5,
2-5
(2) FMC Jetway® Systems Jetaire PC Air — Model XPC 4500 & 7500,
Quarterly preventive maintenance checklist, Section 5, 2-5
(3) FMC Jetway® Systems Apron Drive 2&3 Tunnel, Solid State FRC-
HD-AC Drive, Semi-annual preventive maintenance checklist, Section
6, 2-6
(4) FMC Jetway® Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-
HD-AC Drive, Annual preventive maintenance checklist, Section 6, 2-
7
Note: The manuals are available on site for reference but shall remain airport
property. Contractor should have access to these manuals independently.
C. Six (6) of the Palm Springs International Airport's baggage handling
equipment were installed and have been maintained since the
1960's. Because of the age and various systems utilized, the
airport requires the Contractor to, at minimum, complete a
inspection checklist when performing Annual Inspections of the
Baggage Handling Systems for BHS #'s 4,5,6,7,8 and 9 (Sample
Inspection Check list provided in Attachment "F"). Although these
units are maintained by the Airline Operators, prior to each busy
season, the Airport performs an annual inspection on ALL Baggage
Handling Systems (BHS #1 thru 9) so as to avoid any unplanned
down time. Discrepancies resulting from these inspections are to be
reported to the Airport and the corresponding Operators.
Inspections will be the Airport's responsibility and is part of this
package proposal. All repairs will be separate and considered Non
Routine.
WORK SUMMARY REPORT
iii. Weekly Summary: A Weekly Summary Report must be turned in to the
Superintendent or designee utilizing a mutually agreeable form not later
than the close of business of the first working day of each week indicating
all completed or in-progress work. This is for Passenger Loading Bridge
Systems only.
iv. Backlog Report: A report indicating the current, accumulated backlog by
type of work and reason shall be prepared on a mutually agreeable form
and submitted to the Superintendent or Designee by the 10th day of each
Page 39 of 112
41
month showing the status as of the last day of the preceding month. This is
for Passenger Loading Bridge Systems only.
4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology
to be used to accomplish each of the project tasks. The proposal should also describe the work
which shall be necessary in order to satisfactorily complete the task requirements.
Please note: this RFP cannot identify each specific, individual task required to successfully and
completely implement this project. The City of Palm Springs relies on the professionalism and
competence of the selected firm to be knowledgeable of the general areas identified in the
scope of work and to include in its proposal all required tasks and subtasks, personnel
commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not
approve addenda to the selected firm's agreement which do not involve a substantial change
from the general scope of work identified in this RFP.
5. SELECTION PROCESS: This solicitation has been developed in the Request for
Proposals (RFP) format. Accordingly, proposers should take note that multiple factors as
identified in the RFP will be considered by the Evaluation Committee to determine which
proposal best meets the requirements set forth in the RFP document. PRICE ALONE WILL
NOT BE THE SOLE DETERMINING CRITERIA. The City shall review the proposals submitted
in reply to this RFP, and a limited number of Contractors may be invited to make a formal
presentation at a future date if desired by the City. The format, selection criteria and date of the
presentation will be established at the time of short listing, if conducted.
6. PROPOSAL EVALUATION CRITERIA: An Evaluation Committee, using the following
evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. Contractors
are requested to submit their proposals so that they correspond to and are identified with the
following specific evaluation criteria (100 total points possible):
A. Firm / Staff / Team (including any sub-contractors) PASSENGER LOADING BRIDGE.
Qualifications, background, licensing, certifications and experience in providing similar
services to equipment as defined in the RFP, including references. (15 POINTS)
B. Firm / Staff / Team (including any sub-contractors) BAGGAGE HANDLING SYSTEM:
Qualifications, background and experience in providing similar services to equipment as
defined in the RFP, including references. (10 POINTS)
C. Proposal Organization, conformance with the RFP instructions, and demonstrated
Understanding of the overall project and requested Scope of Work (15 POINTS)
D. Work Proposal, including detailed proposed methodology and approach, inclusive of all
necessary materials, equipment and labor necessary to fully execute and provide
inspection and maintenance services for the passenger loading bridges and baggage
handling system as requested in the Scope of Work (15 POINTS)
E. Detailed Project Schedule, including quarterly service and project reports and quarterly
testing and inspections as outlined in the Scope of Work (10 POINTS)
F. Local Preference (5 POINTS)
Contractors that qualify as a Local Business, or employ local sub-Contractor s, and submit
a valid business license as more fully set forth in Section F.1 below, pursuant to the City of
Page 40 of 112
42
Palm Springs Local Preference Ordinance 1756). The full local preference, five (5)
points, may be awarded to those that qualify as a Local Business. Two (2) points may be
awarded to a non-local business that employs or retains local residents and/or Contractors
for this project. Non-local Contractors that do not employ or retain any local residents
and/or Contractors for this project shall earn zero (0) points for this criteria.
G. Cost Proposal (30 POINTS)
PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume
this prior work is known to the evaluation committee. All Contractors are evaluated solely on the
information contained in their proposal, information obtained from references, and presentations
if requested. All proposals must be prepared as if the evaluation committee has no knowledge
of the firm, their qualifications or past projects.
7. PROPOSAL CONTENTS: Contractors are requested to format their proposals so that
responses correspond directly to, and are identified with, the specific evaluation criteria stated in
Section 6 above. The proposals must be in an 8 % X 11 format, minimum 10pt font size,
minimum %" margins, and may be no more than a total of twenty-five (25) sheets of
paper (a `page" is defined as a single sheet of paper, which may be double-sided/. The
page count limit includes cover letters, organization charts, staff resumes, appendices, and any
exceptions to the language in the sample agreement, or in the insurance requirements. NOTE:
Dividers, Attachments "A", "B" & "C", Addenda acknowledgments, and the Cost Proposal ('in a
separate sealed envelope) do NOT count toward the page limit (everything else does).
Interested Contractors shall submit SIX (6) copies (one marked "Original' plus five (5)
copies) of your Technical/Work Proposal and your Cost Proposal, and one (1) Thumb Drive or
CD of the entire proposal (including the cost proposal), by the deadline.
All proposals shall be sealed within one package and be clearly marked, "RFP #06-16,
REQUESTS FOR PROPOSALS FOR PASSENGER LOADING BRIDGE AND BAGGAGE
HANDLING SYSTEM MAINTENANCE SERVICE. Within the sealed proposal package, the
Cost Proposal shall be separately sealed from the Technical/Work Proposal. Proposals not
meeting the above criteria may be found to be non-responsive.
EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED
ENVELOPES:
Envelope #1, clearly marked "Technical/Work Proposal', shall include the following
items:
• Completed Signature authorization and Addenda Acknowledgment (see Attachment A)
• If applicable, your specific request for Local Preference (see Attachment A) and a copy of a
valid business license from a jurisdiction in the Coachella Valley.
• Completed, and notarized, Affidavit of Non-Collusion (see Attachment B)
In addition to the items above, at a minimum, Contractors must provide the information identified
below. All such information shall be presented in a format that directly corresponds to the
numbering scheme identified here.
TECHNICAL/WORK PROPOSAL: The Technical/Work Proposal (Envelope #1) shall be
clearly marked and shall include the Sections A, B, C, D, E and F ("if Local Preference is
applicable) below:
Page 41 of 112
43
SECTION A:
FIRM, STAFF, TEAM (including any sub-contractors) QUALIFICATIONS AND
EXPERIENCE, INCLUDING REFERENCES FOR PASSENGER LOADING BRIDGES:
A.1 Follow the instructions and properly complete and execute both Attachment "A" and
Attachment "B" that are provided in the RFP and include them here in your proposal. If
applicable, your specific request for Local Preference (reference Attachment A) and a copy of a
valid business license from a jurisdiction in the Coachella Valley is to also be included here.
A.2 Describe the firm's background and qualifications in the type of effort that this project will
require, provide copies of licenses and certifications, and specifically identify experience with
relevant projects successfully completed of similar size and scope.
A.3 Indicate the name of any sub-contractor Contractors or Contractor s that will be utilized
to make up your team. Describe each sub-contractor's qualifications, background and specific
expertise that they bring to the Project.
AA List the name and qualifications of the key staff/team members including copies of C-10
and C-20 contractor's license issued by the state of California and certifications that will be
assigned to the Project. Provide detailed qualifications, including resume' of the Project
Manager that will be assigned to the Project.
A.5 Include a minimum of three (3) references of recent customers for who your firm has
provided similar passenger loading bridge inspection and maintenance services as
contemplated herein for a minimum of five (5) consecutive years. You must include the name of
a contact person, their title, and a current phone number, fax number, email address and
business address along with a brief description of the scope of work and cost for each
successfully completed referenced project.
SECTION B:
FIRM, STAFF, TEAM (including any sub-contractors) QUALIFICATIONS AND
EXPERIENCE, INCLUDING REFERENCES FOR BAGGAGE HANDLING SYSTEM:
B.1 Describe the firm's background and qualifications in the type of effort that this project will
require, specifically identifying experience with relevant projects successfully completed of
similar size and scope.
B.2 Indicate the name of any sub-contractor Contractors or Contractor s that will be utilized
to make up your team. Describe each sub-contractor's qualifications, background and specific
expertise that they bring to the Project.
B.3 List the name and qualifications of the key staff/team members that will be assigned to
the Project. Provide detailed qualifications of the Project Manager that will be assigned to the
Project.
BA Include a minimum of three (3) references of recent customers for who your firm has
provided similar baggage handling system inspection and maintenance services as
contemplated herein for a minimum of three (3) consecutive years. You must include the name
of a contact person, their title, and a current phone number, fax number, email address and
business address along with a brief description of the scope of work and cost for each
successfully completed referenced project.
Page 42 of 112
44
SECTION C:
PROPOSAL ORGANIZATION, CONFORMANCE WITH RFP INSTRUCTIONS, AND
DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND REQUESTED
SCOPE OF WORK
C.1 Carefully review and verify that your proposal is well organized and follows ALL OF THE
INSTRUCTIONS on proper organization, format, order, and conformance with all requirements,
including any and all required signatures, attachments, acknowledgements, or other documents
that are required to be submitted. Failure to follow the instructions may result in your proposal
being non-responsive and rejected from consideration.
C.2 Without reciting the information regarding the Project verbatim as contained in this RFP,
convey your overall understanding of the Project and an understanding of the City's
expectations upon implementation of the Project.
C.3 Identify any "key" or "critical' issues that you believe may be encountered on the Project
based on the firm's prior experiences; and provide steps to be taken to ensure the issues
identified do not affect the successful delivery of the Project.
SECTION D:
WORK PROPOSAL
D.1 Proposer should refine and/or expand the Scope of Work to reflect their understanding
of the project and include a detailed technical work proposal, including methodology and
technical approach, inclusive of all necessary materials, detailed proposed equipment list, parts
inventory maintenance (see "Attachment G") and all labor (work and staffing plan) necessary to
fully execute and provide passenger loading bridge and baggage belt maintenance services as
requested in the scope of work. Identify all tasks and sub-tasks required to successfully
implement all phases of the project.
SECTION E:
PROJECT SCHEDULE
E.1 Proposer shall provide a detailed Project Schedule, including all tasks and sub-tasks, as
well as estimated response time to non-routine work to provide preventative maintenance and
on-call repairs of the Passenger Loading Bridges and baggage handling systems. Contractor
shall acknowledge and agree to the response times as set forth in VI. Response Times.
E.2 Discuss lines of communication necessary to maintain the project schedule. Discuss
the key issues that could impact the schedule and ways to minimize or eliminate them.
E.3 Discuss your quality control methods to ensure consistent and accurate final results.
SECTION F:
LOCAL PREFERENCE
F.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding
contracts for services, including Contractor services, preference to a Local Business shall be
given whenever practicable and to the extent consistent with the law and interests of the public.
The term "Local Business" is defined as a vendor, Contractor, or Contractor who has a valid
physical business address located within the Coachella Valley, at least six months prior to bid or
Page 43 of 112
45
proposal opening date, from which the vendor, Contractor, or Contractor operates or performs
business on a day-to-day basis, and holds a valid business license by a jurisdiction located in
the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the
south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino
Mountains on the east and north. For the purposes of this definition, "Coachella Valley"
includes the cities of Beaumont and Banning and the unincorporated areas between Banning
and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the
purpose of establishing such physical address.
The Contractor will also, to the extent legally possible, solicit applications for employment and
proposals for sub-contractors and sub-contractors for work associated with the proposed
contract from local residents and Contractors as opportunities occur and hire qualified local
residents and Contractors whenever feasible.
In order for a business to be eligible to claim the preference, the business MUST request the
preference in the Solicitation response (see Attachment A) and provide a copy of its current
business license (or of those it employs for this project) from a jurisdiction in the Coachella
Valley. A non-local business that requests the preference based on employing local residents
must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with
the proposal. The City reserves the right to determine eligibility.
F.2 List all team members with local expertise. Clearly define their role in the overall project.
COST PROPOSAL: The Cost Proposal (Envelope #2) shall be clearly marked in a
separately sealed envelope and shall include Section G below:
SECTION G:
COST PROPOSAL (*see instructions in Section 6 above and Attachment "C')
GA The cost proposal (in a separate sealed envelope) shall be the total annual Preventative
Maintenance portion as detailed in Attachment "C" plus pricing for Ball Screw Inspection, hourly
pay for telephone support, on-call non-routine maintenance portal to portal, weekend hourly
pay, Ball Screw installation costs, and OEM and Non-OEM parts pricing structure as detailed in
Attachment "C" Cost Proposal pages. PROPOSERS MUST USE THE COST PROPOSAL
FORM, ATTACHMENT "C", PROVIDED BY THE CITY IN THE RFP DOCUMENTS. Failure
to use the Cost Proposal form Attachment "C" provided by the City WILL be cause for rejection
of a proposal. Do NOT include Attachment "A" or Attachment "B" in the Cost Proposal,
Envelope #2. Attachments "A" and "B" are to be included in Envelope #1, "Tech nical/1Nork
Proposal'.
8. GENERAL AND SPECIAL CONDITIONS:
DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of
Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME,
TUESDAY, JULY 19, 2016. Proof of receipt before the deadline is a City of Palm Springs,
Office of Procurement and Contracting time/date stamp. It is the responsibility of the
Contractors replying to this RFP to see that any proposal sent through the mail, or via any other
delivery method, shall have sufficient time to be received by the Procurement Office prior to the
proposal due date and time. Late proposals will be returned to the firm unopened. Proposals
shall be clearly marked and identified and must be submitted to:
Page 44 of 112
46
City of Palm Springs
Procurement and Contracting Department
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn: Leigh Gileno, Procurement Specialist 11
QUESTIONS: Contractors, their representatives, agents or anyone else acting on their behalf
are specifically directed NOT to contact any city employee, commission member, committee
member, council member, or other agency employee or associate for any purpose related to
this RFP other than as directed below. Contact with anyone other than as directed below
WILL be cause for rejection of a proposal.
Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING
and directed ONLY to:
Leigh Gileno
Procurement Specialist II
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Leigh.Gileno(a).palmspringsca.gov
Interpretations or clarifications considered necessary in response to such questions will be
resolved by the issuance of formal Addenda to the RFP. The deadline for all Questions is
3:00 P.M., Local Time, Tuesday, July 12, 2016. Questions received after this date and time
may not be answered. Only questions that have been resolved by formal written Addenda via
the Division of Procurement and Contracting will be binding. Oral and other interpretations or
clarifications will be without legal or contractual effect.
FORM OF AGREEMENT: The selected firm will be required to enter into a contractual
agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance
with the standard Contract Services Agreement (see Attachment "H"). Please note that the
Exhibits are intentionally not complete in the attached sample standard document. These
exhibits will be negotiated with the selected firm, and will appear in the final Contract Services
Agreement executed between the parties.
We specifically draw your attention to the language in the sections of the sample contractual
agreement attached entitled "Conflict of Interest' and "Covenants Against Discrimination"
and recommend all Contractors carefully consider these contractual requirements prior to
submitting a proposal in response to this RFP.
Failure or refusal to enter into an Agreement as herein provided or to conform to any of the
stipulated requirements in connection therewith shall be just cause for an annulment of the
award. If the highest ranked Proposer refuses or fails to execute the Agreement, or
negotiations are not successful, or the agreement is terminated, the City may, at its sole
discretion, enter negotiations with and award the Contract to the second highest ranked
Proposer, and so on.
The term of the agreement that is awarded as a result of this RFP shall be in effect for a period
of three (3) years, with two (2) additional one year renewal options, renewable upon mutual
consent of the City and the Contractor. The Contract will commence on the date of the Notice
to Proceed.
Page 45 of 112
47
Failure or refusal to enter into an Agreement as herein provided or to conform to any of the
stipulated requirements in connection therewith shall be just cause for an annulment of the
award. If the highest ranked Proposer refuses or fails to execute the Agreement, or
negotiations are not successful, or the agreement is terminated, the City may, at its sole
discretion, enter negotiations with and award the Contract to the second highest ranked
Proposer, and so on.
AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide
all of the scope of work, equipment and services identified in the RFP document. However, the
City reserves the right to award a contract, or to make no award, whichever is in the best
interest of the City. It is anticipated that award of the contract will occur at the next regularly
scheduled City Council meeting after the evaluation committee has made its final selection of
the firm to be recommended for award and a contract has been negotiated and agendized for
consideration. The decision of the City Council will be final.
RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right
to waive any informality or technical defect in a proposal and to accept or reject, in whole or in
part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best
serves the interests of the City. The City furthermore reserves the right to contract separately
with others certain tasks if deemed in the best interest of the City.
INSURANCE: Insurance provisions are contained in the Standard Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the
insurance provisions BEFORE they submit their proposal.
RESPONSIBILITY OF PROPOSER: All Contractors responding to this RFP shall be
responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity,
submitted an RFP without an authorized signature, falsified any information in the proposal
package, etc.), the proposal shall be rejected.
PUBLIC RECORD: All documents submitted in response to this solicitation will become the
property of the City of Palm Springs and are subject to the California Code Section 6250 et seq.,
commonly known as the Public Records Act. Information contained in the documents, or any
other materials associated with the solicitation, pursuant to CA Government Code 6255 during
the negotiation process, may be made public after the City's negotiations are completed, and
staff has recommended to the City Council the award of a contract to a specific firm, but before
final action is taken by the City Council to award the contract.
Although the California Public Records Act ("CPRA") recognizes that certain confidential trade
secret information may be protected from disclosure, the City may not be in a position to
establish that the information submitted in a proposal is a trade secret. If a request is made for
information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation,
the City will provide the party submitting such information with reasonable notice to allow the
party to seek protection from disclosure by a court of competent jurisdiction.
If a submitting party contends that a portion of the proposal is confidential even under the
CPRA, the party: 1) must clearly label each document and/or page deemed a confidential
document 2) the legal rationale supporting such contention including specific references to
applicable provisions of the Public Records laws of the State 3) must actively defend against
Page 46 of 112
48
any request for disclosure of information which the party has determined should not be
released, and 4) must indemnify and hold harmless the City from any loss, claim or suit,
including attorneys' fees, brought by a person challenging the City's refusal to release the
documents. The City will not, under any circumstances, incur any expenses, or be responsible
for any damages or losses incurred by a party submitting a proposal or any other person or
entity, because of the release of such information. The City will not return the original or any
copies of the proposal or other information or documents submitted to the City as part of this
RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL
OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY
INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NOW
RESPONSIVE.
COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any
costs incurred by any firm responding to this RFP in the preparation of their proposal or
participation in any presentation if requested, or any other aspects of the entire RFP process.
COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in
accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders,
rules, and regulations.
LICENSES, PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to
City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that
are legally required to practice its profession and perform the Work and Services requested in
this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and
expense, keep in effect at all times during the term of the Agreement if so awarded, any license,
permit, qualification, or approval that is legally required for Proposer to perform the Work and
Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for
any fees, assessments, and taxes, plus applicable penalties and interest, which may be
imposed by law and arise from or are necessary for the Proposer's performance of the Work
and Services required under the Agreement if so awarded. Proposer shall indemnify, defend,
and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,
assessed, or imposed against City to the fullest extent permitted by law.
BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the
City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96,
entitled "Business Tax".
INVESTIGATIONS: The City reserves the right to make such investigations as it deems
necessary to determine the ability of the Contractors responding to this RFP to perform the
Work and the firm shall furnish to the City all such information and data for this purpose as the
City may request. The City reserves the right to reject any proposal if the evidence submitted
by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry
out the obligations of the Contract and to complete the Work contemplated therein.
NONCOLLUSION: The undersigned, by submission of this Proposal Form, hereby declares
that this Proposal is made without collusion with any other business making any other Proposal,
or which otherwise would make a Proposal. Proposer must execute an Affidavit of Non-
Collusion provided as Attachment "B" in the RFP and include it with their proposal.
Page 47 of 112
49
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted
to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions
set forth in all of the sheets which make up this Request for Proposals, and any attached
sample agreement. Exceptions to any of the language in either the RFP documents or
attached sample agreement, including the insurance requirements, must be included in the
proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate
language, insurance requirements, terms or conditions may be considered in the evaluation
process; however, the City makes no guarantee that any exceptions will be approved.
Page 48 of 112
50
ATTACHMENT "A"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK PROPOSAL
(Envelope #1)*
REQUESTS FOR PROPOSALS (RFP)#06-16
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
MAINTENANCE SERVICES
SIGNATURE AUTHORIZATION
NAME OF CONTRACTOR(PROPOSER):
BUSINESS ADDRESS:
TELEPHONE: CELL PHONE FAX
CONTACT PERSON EMAIL ADDRESS
A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the
above listed individual or Contractor. I certify that I have the authority to bind myself/this company in a
contract should I be successful in my proposal.
PRINTED NAME AND TITLE
SIGNATURE AND DATE
B. The following information relates to the legal Contractor listed above, whether an individual or a
Contractor. Place check marks as appropriate:
1. If successful, the contract language should refer to me/my company as:
_An individual,
A partnership, Partners' names:
A company;
A corporation If a corporation, organized in the state of:
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
A Local Business (Licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
2. My tax identification number is:
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment
with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-
responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s)# is/are hereby acknowledged.
Page 49 of 112 51
ATTACHMENT "B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR
TECHNICAL/WORK PROPOSAL (Envelope#1)*
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA) ss
COUNTY OF RIVERSIDE)
The undersigned, being first duly sworn, deposes and says that he or she is
of the party
making the foregoing Proposal. That the Proposal is not made in the interests of, or on the
behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not
directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal,
and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or
anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the
Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix
any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or
to secure any advantage against the public body awarding the contract of anyone interested in
the proposed contract; that all statements contained in the Proposal are true; and, further, that
the Proposer has not, directly or indirectly, submitted his or her Proposal price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or
paid, and will not pay, any fee to any corporation, partnership, company, association,
organization, Proposal depository, or any other member or agent thereof to effectuate a
collusive or sham Proposal.
BY:
Title:
Subscribed and sworn to before me this day of 2016
Page 50 of 112
52
ATTACHMENT "C"
*THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SEPERATELY SEALED
ENVELOPE#2 "Cost Proposal", NOT With Envelope#1, Technical/Work Proposal*)
REQUEST FOR PROPOSAL (RFP#06-16)
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
MAINTENANCE SERVICES
COST PROPOSAL
Responding to Request for Proposal No. 06-16 Passenger Loading Bridge and Baggage
Handling System Maintenance Services, I/WE will accept as full payment the following lump
sum payment for providing all labor, supervision, services, materials equipment, supplies,
installation, testing, and training to complete the Passenger Loading Bridge and Baggage
Handling System Maintenance and Inspection Services. The undersigned Proposer proposes
and agrees to provide all work and services necessary to deliver *describe here` as defined in
the Scope of Work herein.
NAME OF FIRM SUBMITTING THIS COST PROPOSAL:
1. The Preventive Maintenance portion of this agreement will be an annual fixed price
agreement for the first three (3) year term of the contract. Compensation for the
Preventative Maintenance portion shall be calculated and paid to the Contractor in four
(4) equal quarterly payments. Cost must include any and all federal, state and local
taxes. For optional years 4 and 5, Contractor may request a price adjustment not to
exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the
LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary
date. Optional renewal years 4 and 5, and any associated CPI increase, are at the
mutual consent of the City and the Contractor.
Proposed Inspection and Preventative Maintenance Per Year:
Total for All FMC Jetway Passenger Loading Bridges (8): $
Inclusive of Jet-Aire Preconditioned air units,
400HZ GPU's,Jet-Flow Potable Water Systems
and cable receivers.
Total for Baggage Handling Systems; Glidepath (3): $
Total for Baggage Handling Systems; Belt (6): $
TOTAL ANNUAL INSPECTION AND PREVENTATIVE MAINTENANCE AMOUNT:
$
(PRICE IN FIGURES)
(PRICE IN WORDS)
Page 51 of 112
53
Ball Screw Inspection:
(One time only, within first 3 months of contract): $
1. A telephone support hourly rate will be quoted separate from the Preventative
Maintenance portion of the work. In addition, the on-site trouble call (for non-routine
maintenance services) portion will be quoted as an hourly rate (both regular and non-
regular hours), portal to portal, not including parts. Cost of parts shall be itemized and
submitted along with labor costs for all trouble call work performed.
Telephone Support................................................................$ Ihour
On-call non-routine maintenance, portal to portal:
Monday through Friday 7:00 am-4:00 pm..................................$ Ihour
Saturday-Sunday, and all other hours outside
of hours listed above.............................................................$ /hour
Ball Screw Installation costs
(Each, upon inspection verification)..........................................$ /hour
2. Identify your firm's pricing structure for: (i.e.: % discount? Other?)
OEM parts .............
Non-OEM parts .....
Non-routine maintenance and repairs are difficult to predict by their very nature. The contract
will provide for an allowance of estimated non-routine repair costs based on historical data. The
City may or may not use this allowance during the term of the contract. Penalty for non-
compliant response times will result in forfeiture of travel pay.
Page 52 of 112
54
ATTACHMENT "D"
Service Bulletin #109
FMC TECHNOLOGIESJETWAYR R
Ball Screw Inspection
A. Description
This service bulletin is to clarify time intervals and inspection procedures for ball screw
assemblies used in FMC Tech nologies-Jetway® Passenger Boarding Bridges.
B. Affectivity
This service bulletin supersedes all instructions and procedures for ball screw inspection
in all other service bulletins and manuals.
C. Inspection Procedure
It is necessary to remove the ball screw from the column for inspection. Removal
procedures and safety measures outlined in Chapter 4, Installation and Removal,
section of the maintenance manual should be followed.
(a) All single screw lift columns should be inspected every three (3) years for
excessive corrosion, cracking, pitting, gouges, brinelling, or unusual wear of ball
grooves. See Figure 1 for reference to area of inspection on next page.
(b) All double screw lift columns should be inspected after ten (10) years of service
for excessive corrosion, cracking, pitting, gouges, brinelling, or unusual wear of
ball grooves (see Figure 1 on next page). After this initial inspection, the ball
screws should be inspected every five (5) years.
Any ball screws which have excessive wear or damage as described above should be
replaced. Replacement part numbers can be found in the maintenance manual.
D. Compliance
This service bulletin applies to all Jetway@@ Passenger Boarding Bridges equipped with
either single or double, ball screw driven, vertical drive columns. Adherence to this
bulletin is MANDATORY.
Page 53 of 112
55
Service Bulletin#109
FNIC TECHNOLOGIES - JETNJ7AP RI
Ball Screw Inspection
A WARNING-Failure to perform this inspection as outlined.
could result in faihtre of the ball screw. Failure of the ball screw can
cause the bridge to drop and/or rack causutg damage to equipment and
serious injury to personnel.
FM( Technologies—Jetwayx strongly reconmten&that these
inspection procedures be followed.
THOROUGHLY CLEAN
AND INSPECT THIS AREA
FOR EXCESSIVE WEAR,
CORROSION,CRACKING,
PITTING.GOUGES.OR
BRINELLING USING A
HANDHELD MAGNIFICATION
DEVICE.
Figure I
Page 54 of 112
56
ATTACHMENT "E"
Passenger Boarding Bridge Preventative Maintenance
Program Schedule Total of 4 Occasions Per Year
Minimum maintenance intervals shall include the inspection for each Passenger Boarding Bridge,
preconditioned air units, Ground Power units, Potable Water Systems, cable receivers, and submit
non routine repair requests as necessary to maintain the safety, security and sanitary conditions for
each unit: (this is not to replace Jetway®Systems recommended Preventative Maintenance
Checklists*):
Quarterly:
Perform a controlled operational check by running the vertical drive to the maximum up and down
positions.
Inspect the steer limit switches to see that they are correctly making contact with the actuator bar.
The limit arm should also be hand manipulated to see that it is free in movement and not bent.
Check control panel, console and indicator lights.
Inspect vertical, horizontal and cab rotations rockets and chains.
Check cab and rotunda curtain tension.
Check all parking booms for proper alignment and height measurement for various aircraft.
Check electrical cables and equipment, including canopy curtains, drive system cable tension and
sheaves.
Check service door and stairs. Repair as required.
Check flashing and seals, rotunda to building.
Check tires for proper inflation.
Check auto-leveler for proper operation.
Check condition of the bridge interior.
Check tunnel position, tracking and rollers.
Check vertical, horizontal and cab rotation motor brakes for disc wear.
Check lubrication level of all gearboxes.
Inspect gutters and drains for debris.
Inspect sheaves mounts on cable tension device.
Check sheave, cable tension roads and guide rollers on the cable take-up and equalizing system.
Audible inspection of Saginaw ball screw, idler sprocket and column bushings on the high drive
column and upper drive assembly.
Inspect trunnion pin, steering limit switch arm and column bushings on the wheel carriage and
swivel column.
Check support and center pivot flange bearings on the cable lifting ate.
Inspect Saginaw and column bushings on the standard drive column.
Check cable roller bushings, plunger support rollers and limit switch pivot point on the cab closure.
Ball-lock pins on the cab side curtains should be inspected.
Inspect sprocket shafts and flange bearings on the cab rotation drive and wheel position indicator
assemblies.
Check door guides on the roll-up door.
Inspect the condition of interior and exterior paint. Report.
Inspect drive motors rockets and chains.
Page 55 of 112
57
Quarterly (continued):
Check drive chains for cracks and excessive wear. Replace or adjust as required.
Inspect auto-leveler assembly for signs of wear, missing arts and security of mounting.
Lubricate all drive chains, idler sprocket bushings, and thrust bearings.
Lubricate the sheave mounts on the cable tension device.
Lubricate sheave rods, cable tensions rods, and cable guide rollers on cable take-up and
equalizing system
Inspect ball screw brakes.
Lubricate hinged portions of cable lifting device.
Lubricate drive chains, sprocket shafts and flange bearings on cab rotation drive and wheel
position indicator assembly.
Inspect rotunda to tunnel A seals, hinge pins, and floor alignment.
Lubricate drive chains on wheel carriage.
Document and submit report.
SEMI-ANNUALLY: (to include Quarterly)
Lubricate tunnel ramphinges.
Lubricate idler roller, spring-loaded barrel, roof pivot, column sleeve bearings and tunnel hinge
bushings on the rotunda.
Lubricate cam roll bearings on the two-tunnel cable tension device.
Lubricate vertical drive limit switch pillow block and thrust bearings on the high and standard drive
assemblies and upper drive assembl .
Lubricate thrust bearings on the swivel column.
Lubricatespring-loaded barrel, idler roller bearings and curtain slat joints on the cab side curtains.
Lubricate roller assemblies on the cab and tunnel rollers.
Lubricate pillow block bearings on the wheel position indicator assembly, auto-leveler assembly
and parking boom.
Wash exterior of bridge- Rinse with water.
Drain,flush and refill following gear cases; vertical and horizontal drive, cab closure and rotation
ear cases, arking boom, height indicator rheostat gear case.
Document and submit report
ANNUALLY: (to include Quarterly and Semi-Annually)
Lubricate the following motor bearings; vertical and horizontal drive motors, motor generator
bearings, cab rotation and parking boom motor and wheel bearings on wheel carnage.
Check all motor windings to ground using a megohmmeter.
Perform electrical inspection for the ball screw brake.
Audible inspection of ball screw assembly through full range of motion.
Document and submit report
*As published in Jetway® Systems, Apron Drive 2 & 3 Tunnel, Solid State FRC-HD-AC Drive,
December 2000 documents date, for Quarterly, Semi Annual and Annual Checklists or
Manufactures publications which may supersede this original document date. See "section CIII,
page 12 for appropriate FMC Maintenance SOP Checklists.
Page 56 of 112
58
Potable Water Systems and Cable Retrievers for Passenger Boarding Bridges
Program Schedule Total of 4 Occasions Per Year
Potable Water Systems
Minimum maintenance intervals shall include the inspection for each Passenger Boarding Bridge
Potable Water Systems and Cable Retrievers and submit non routine repair requests as necessary
to maintain the safety, security and sanitary conditions for each unit: (this is not to replace Jetway®
Systems recommended Preventative Maintenance Checklists*):
Quarterly:
Change out all Filters in addition to Inspect and submit non-routine repair for the following:
Physical damage to cabinet Lubricatespindle ends
Missing hardware Lubricate chain drive
Door loose Inspect gear alignment
Electrical components Water hoses & leaks
Broke hardware "Warning" signs Inspect filter for contaminates
Document and submit report.
Annually (to include Quarterly)
Test backflow valves and related plumbing.
Testing must be completed by licensed personnel and all required paperwork must be
completed per City of Palm Springs Building and Safety requirements.
Document and submit report.
Cable Retrievers— S Each
Included in the maintenance and repair of the Passenger Boarding Bridges the Contractor
shall inspect and recommend non-routine repairs to electrical cable retrievers, cables, and
related wiring.
Document and submit report.
' As published in Jetway® Systems, Apron Drive 2 & 3 Tunnel, Solid State FRC-HD-AC
Drive, December 2000 documents date, for Quarterly, Semi Annual and Annual Checklists
or Manufactures publications which may supersede original document date.
Page 57 of 112
59
Baggage Handling System (BHS)
Glidepath Systems— 1,2,3— 1 Occasion Per Year Per BHS
The Contractor shall perform the operational inspection of three Glidepath BHS Systems
utilizing pallet loop composition. These systems are independent and built out as defined below.
Included are related control systems and Baggage Security Doors as listed.
These systems are to be inspected annually, September/October or other date as may be
preapproved by Superintendent of Maintenance or designee. Work will be performed in
accordance with Standard Industrial Practices. Contractor will submit non routine repair
requests as are necessary to correct and maintain operational safety and security of these units.
The Airport does own and maintain this system unlike the belt system which is Airport owned
however Airline maintained.
BHS # 1 2 3
Operator PSP PSP PSP
inear Feet 250 350 210
Motor 3 4 3
Speed 3 4 3
Clutch/Brake Assembly 3 4 3
lBearing 36 48 36
Conveyors and security doors (as may be applicable):
a. Motor/s
b. Clutch/brake assemblies
c. Amperage Readings
d. Motor Control Center
e. System Wiring/Insulating
f. Coupling/s
g. Speed Reducer
h. Drive & Idler Sprockets
i. Drive Chain Wear
j. Drive Chain Assemblies
k. Conveyor Chain/Drive Chain Pin Roller
I. Conveyor Pallets
m. Bumpers
n. Leveling Pads
o. Hardware Tightness
p. Electrical Connections
q. Photo Cells
r. Motor Control Panels
s. Baggage Snag Points/Excessive Gaps/Bed structural integrity
t. Grommets
u. Chain Guides
V. Pulleys
w. Rollers
x. Locking Devices
Page 58 of 112
60
y. General Overall Inspection and Repair
z. Lubrication per Specifications
OTHER- Perform a general inspection of all other functions and parts not specifically listed above.
At a minimum, but not limited to, the Contractor shall inspect and REPORT on the following
for each BHS and submit for non-routine repairs for correction:
Annually
Check trim panels for loose screws and bent on protruding corners.
Clean baggage carousel and attached conveyors stem.
Check finger guard for breaks and security.
Check carrier panels for bends, dents, loose bumpers, and loose or broken connecting strips.
Check for positive start and stop control.
Inspect drive assembly-
Inspect rollers.
Inspect electrical cables and equipment.
Clean debris from beneath and within carousel units as well as remove all stickers on carousel
sloe plates.
Check lubrication of level of reducer.
Inspect and lubricate chain assembly.
Check V-belts for condition and proper tension.
Visual inspection of operation on all fire and security doors.
Inspect drive chains for cracks and wear.
Inspect drive chain and V-belts.
Inspect guide wheels for general condition and lubricate guide wheel shafts.
Inspect cleanliness of inboard and outboard tracks.
Document Annual and submit Report of Inspection of each BHS. Where required, provide
itemized cost and detail of work needed, to bring equipment into, safe, secure, nominal!
correctable operating condition.
Baggage Handling System (BHS)
Belt Systems —4,5,6,7,8,9 - 1 Occasion Per Year Per BHS
The Contractor shall perform the operational inspection of Six (6) belt BHS Systems. These
systems are independent and built out as defined below. Included are related control systems
and Baggage Security Doors as listed.
These systems are to be inspected annually, September/October or other date as may be
preapproved by Superintendent of Maintenance or designee. Work will be performed in
accordance with Standard Industrial Practices. Contractor will submit non routine repair
requests as are necessary to correct and maintain operational safety and security of these units.
Page 59 of 112
61
BH$ # 4 5 6 & 7 8 9
Operator Alaska Virgin America United/Delta US Airways/American West Jet
Linear feet(Main+ Curve side) 210 Feet 50 Feet 128 Feet 125 Feet 153 Feet
Motor 6 2 5 7 7
Speed Reducers 6 2 5 7 5
Clutch/Brake Assembly 3 1 2 3 2
Make up N/A N/A 1 1 N/A
Trans-Norms Betts N/A N/A 2 1 3
Curve Side 1 N/A N/A 1 N/A
Rollers/Shafts 18 8 18 18 18
Bearings 36 20 36 36 36
Chain/Betts 6 2 5 7 7
Belt(witdh) Reducer N/A N/A N/A 1 N/A
Conveyors and security doors (as may be applicable):
a. Motor/s
b. Clutch/brake assemblies
c. Belt tracking
d. Amperage Readings
e. Hour meter Readings
f. Motor Control Center
g. System Wiring/Insulating
h. Coupling/s
i. "V' Belts& Sheaves
j. Speed Reducer
k. Drive & idler Sprockets
I. Drive Chain Wear
m. Drive Chain Assemblies
n. Conveyor Chain/Drive Chain Pin Roller
o. Conveyor Pallets
p. Bumpers
q. Leveling Pads
r. Hardware Tightness
s. Electrical Connections
t. Photo Cells
u. Motor Control Panels
v. Baggage Snag Points/Excessive Gaps/Bed structural integrity
w. Grommets
x. Chain Guides
y. Pulleys
z. Rollers
aa. Locking Devices
bb. General Overall Inspection and Repair
cc. Lubrication per Specifications
OTHER- Perform a general inspection of all other functions and parts not specifically listed above.
Page 60 of 112
62
At a minimum, but not limited to, the Contractor shall inspect and REPORT on the following
for each BHS and submit for non-routine repairs for correction:
Annually
Check trim panels for loose screws and bent on protruding corners.
Clean baggage carousel and attached conveyor s stem.
Check finger guard for breaks and security.
Check carrier panels for bends, dents, loose bumpers, and loose or broken connecting strips.
Check for positive start and stop control.
Inspect drive assembly-
Inspect rollers.
Inspect electrical cables and equipment.
Clean debris from beneath and within carousel units as well as remove all stickers on carousel
sloe plates.
Check lubrication of level of reducer.
Inspect and lubricate chain assembly.
Check V-belts for condition and proper tension.
Visual inspection of operation on all fire and security doors-
Inspect drive chains for cracks and wear.
Inspect drive chain and V-belts.
Inspect guide wheels for general condition and lubricate guide wheel shafts.
Inspect cleanliness of inboard and outboard tracks.
Document Annual and submit Report of Inspection of each BHS. Where required, provide
itemized cost and detail of work needed, to bring equipment into, safe, secure, nominal/
correctable operating condition.
Page 61 of 112
63
ATTACHMENT "F"
SAMPLE INSPECTION CHECK LIST FOR BAGGAGE HANDLING SYSTEM
ANNUAL INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Inspection Procedures
Inspect for accumulation of dust, moisture or
❑ Electrical Equipment Contamination other contamination. Clean up contaminated
parts/components and eliminate cause of
problem.
Check electrical contacts for dirt or foreign
❑ Electrical Contacts matter accumulation. Replace contacts as
needed.
❑ Electrical Terminals Inspect electrical terminals for secure
connection. Tighten connections as needed
❑ Electrical Coils Check voltage at each coil to ensure that no
under or over current exists.
❑ Pilot Lamps Check and replace any burned out lamps.
Replace any damaged lenses.
Electrical Equipment General Maintenance Clean up area around electrical equipment.
Remove any spills and debris in the area.
❑ Conveyor Belt Motor Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the motor.
Oversize Belt Motor Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the motor.
❑ Ticket Counter Belt Motor Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the motor.
❑ Power Turn Belt Motor Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the motor.
Carousel Motor Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the motor.
❑ Conveyor Belt Reducer Cleaning Use a clean cloth and degreaser to clean the
outer surface of the reducer.
Oversize Belt Reducer Cleaning Use a clean cloth and degreaser to clean the
outer surface of the reducer.
Ticket Counter Belt Reducer Surface Use a clean cloth and degreaser to clean the
❑ Cleaning outer surface of the reducer.
❑ Power Turn Reducer Surface Cleaning Use a clean cloth and degreaser to clean the
outer surface of the reducer.
Authorized Contractor Signature: Date:
Page 62 of 112
64
MONTHLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Ins on Type Inspection Procedures
❑ Carousel Motor Inspect for proper operation and mounting
security. If necessary, tighten mounting bolts.
c Carousel Reducer Inspect for proper operation and mounting
security. If necessary, tighten.
Inspect conveyor drive chain/sprocket
❑ Carousel Drive Chain/Sprocket alignment, tension, lubrication and general
condition. Correct alignment, adjust tension or
lubricate if needed.
Inspect cam drive chain alignment, tension,
n Carousel Cam Drive Chains lubrication and general condition. Correct
alignment, adjust tension or lubricate if needed.
Inspect cam shafts alignment, tension,
❑ Carousel Shafts lubrication and general condition. Correct
alignment, adjust tension or lubricate if needed.
Inspect for proper chain engagement, mounting
❑ Carousel Drive Cams security and general condition. Repair, or
replace, as needed.
Inspect for general condition of exterior trim and
❑ Carousel Pallet Assemblies ensure that there are no loose pallet
assemblies.
❑ Carousel Pallet Nylon Strap Inspect for general condition and mounting
security. Repair, or replace, as needed.
❑ Carousel Gearbox Ensure appropriate oil level of gearbox. Add oil
as needed.
Inspect for general condition, lubrication and
❑ Carousel Pillow Block Bearings mounting security. Repair, lubricate and/or
replace, as needed.
❑ Carousel Finger guard Inspect general condition. Repair, or replace, as
needed.
Authorized Contractor Signature: Date:
Page 63 of 112
65
MONTHLY INSPECTIONS or asrecommended by BHS Manufacturer
Complete Inspection Type inspection Procedures
❑ Conveyor Curve Belts Visually inspect belt run and belting tension. If
necessary, adjust belting tension.
Visually Inspect for surface and rotation
❑ Conveyor Rollers and Pulleys damage. Inspect roller and pulley assemblies
for bearing and shaft tightness of attachment.
Inspect for mounting security, excessive heat
and unusual noise. Inspect and tighten motor
❑ Conveyor Motor sheave set screws. Repair, or replace, as
necessary. Check motor bearings for damage.
Repair, or replace, if necessary.
Inspect for general condition, proper operation,
excessive heat and mounting security. If
Conveyor Reducer necessary, tighten and/or re-align reducer
sheave set screws. Tighten all drain plugs and
clean grease fitting.
Ensure that bearings are properly bolted in
Conveyor Bearings place, grease seal has not been damaged and
that bearings are running quietly and at proper
temperature. Repair, or replace, as necessary.
Ensure that guard and bed fasteners are in
❑ Conveyor Guard place and operating properly. Inspect mounting
security and alignment. Adjust as needed.
❑ Conveyor Frame Inspect mounting security. If necessary, tighten
mounting bolts.
Visually inspect for general condition including
❑ Conveyor V-Belt Condition breaks, missing teeth and cracks. Replace, if
necessary.
❑ Conveyor V-Belt Tension Ensure that belt tension is correct. If
necessary, re-tension belt.
Ll Conveyor Sprockets Inspect for proper alignment and broken teeth.
Replace as needed.
Inspect for condition of groove and sheave
❑ Conveyor Sheaves tightness. Ensure proper alignment. Adjust, or
replace, as needed.
Authorized Contractor Signature: Date:
Page 64 of 112
66
MONTHLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Inspection Procedures
❑ Ticket Counter Curve Belts Visually inspect belt run and belting tension. If
necessary, adjust belting tension.
Visually Inspect for surface and rotation
❑ Ticket Counter Rollers and Pulleys damage. Inspect roller and pulley assemblies
for bearing and shaft tightness of attachment.
Inspect for mounting security, excessive heat
and unusual noise. Inspect and tighten motor
u Ticket Counter Drive Motor sheave set screws. Repair, or replace, as
necessary. Check motor bearings for damage.
Repair, or replace, if necessary.
Inspect for general condition, proper operation,
excessive heat and mounting security. If
u Ticket Counter Reducer necessary, tighten and/or re-align reducer
sheave set screws. Tighten all drain plugs and
clean grease fitting.
Ensure that bearings are properly bolted in
❑ Ticket Counter Bearings place, grease seal has not been damaged and
that bearings are running quietly. Repair, or
replace, as necessary.
Ensure that guard and bed fasteners are in
❑ Ticket Counter Conveyor Guard place and operating properly. Inspect mounting
security and alignment. Adjust as needed.
n Ticket Counter Conveyor Frame Inspect mounting security. If necessary,tighten
mounting bolts.
Visually inspect for general condition including
❑ Ticket Counter V-Belt Condition breaks, missing teeth and cracks. Replace, if
necessary.
Li Ticket Counter V-Belt Tension Ensure that belt tension is correct. If
necessary, re-tension belt.
❑ Ticket Counter Sprockets Inspect for proper alignment and broken teeth.
Replace as needed.
Inspect for condition of groove and sheave
❑ Ticket Counter Sheaves tightness. Ensure proper alignment.Adjust, or
replace, as needed.
Authorized Contractor Signature: Date:
Page 65 of 112
67
MONTHLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Ins ction Procedures
Oversize Conveyor Curve Belts Visually inspect general condition, belt run and belting
tension. If necessary, adjust belting tension.
Oversize Conveyor Rollers and Visually Inspect for surface and rotation damage.
❑ Pulleys Inspect roller and pulley assemblies for bearing and
shaft tightness of attachment.
Inspect for mounting security, excessive heat and
❑ Oversize Conveyor Drive Motor unusual noise. Inspect and tighten motor sheave set
screws. Repair, or replace, as necessary. Check motor
bearings for damage. Repair, or replace, if necessary.
Inspect for general condition, proper operation,
excessive heat and mounting security. If necessary,
r, Oversize Conveyor Reducer tighten and/or re-align reducer sheave set screws.
Tighten all drain plugs and clean grease fitting. Ensure
that torque arm is appropriately tightened.
Ensure that bearings are properly bolted in place,
❑ Oversize Conveyor Bearings grease seal has not been damaged and that bearings
are running quietly and at an appropriate temperature.
Repair,or replace, as necessary.
Ensure that guard and bed fastener are in place and
❑ Oversize Conveyor Guard operating properly. Inspect mounting security and
alignment.Adjust as needed.
❑ Oversize Conveyor Frame Inspect mounting security. If necessary, tighten
mounting bolts.
❑ Oversize Conveyor V-Belt Condition Visually inspect for general condition including breaks,
missing teeth and cracks. Replace, if necessary.
Oversize Conveyor V-Belt Tension Ensure that belt tension is correct. If necessary, re-
tension belt.
❑ Oversize Conveyor Sprockets Inspect for proper alignment and broken teeth. Replace
as needed.
❑ Oversize Conveyor Sheaves Inspect for condition of groove and sheave tightness.
Ensure proper alignment. Adjust, or replace, as needed.
❑ Door Travel Visually confirm that door travels proper distance in both
directions.
Authorized Contractor Signature: Date:
Page 66 of 112
68
QUARTERLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Inspection Procedures
El Conveyor Belt Tracking Visually inspect belt for signs of tracking
problems and correct, if necessary.
❑ Conveyor Belt Surface Visually inspect belting surfaces for fraying,
tears, exposed cord and dirt accumulation.
❑ Conveyor Belt and Fasteners Tension Confirm that belt tension is correct. If necessary,
re-tension belt.
❑ Conveyor Belt Lacing Visually inspect lacing for security and tightness.
❑ Conveyor Baggage Snag Points Check points along the belt where baggage
snags are possible and correct situation
Ensure that Pulleys are square and attachment
Conveyor Head/Tail-End Pulleys and hardware is secure. Visually inspect for rotation
° Take up Pulleys and surface damage. Repair, or replace, as
necessary.
Ensure that Snub Pulleys are square and bearing
u Conveyor Drive and Snub Pulleys hardware is secure.Visually inspect for rotation
or surface damage. Repair, or replace, as
necessary.
Ensure that the rollers are square with respect to
❑ Conveyor Return Rollers the centerline of the conveyor frame. Visually
inspect for rotation or surface damage. Repair, or
replace, as necessary.
Ensure that bearings are properly bolted in place,
Conveyor Bearings and Bronze grease seal has not been damaged and that
° Bushings bearings are running
g g g quietly. Repair, or replace,
as necessary.
❑ Conveyor Bearing Lubrication If required by Manufacturer, ensure that bearings
are lubricated.
Conveyor Drive Chain/Sprocket Inspect conveyor drive chain/sprocket alignment.
Alignment If necessary, correct alignment.
Conveyor Chain Guard Ensure that chain guard is in place and operating
quietly.Adjust, or replace, as necessary.
❑ Conveyor Drive Motor Inspect for excessive heat and unusual noise.
Repair, or replace, as necessary.
❑ Conveyor Drive Motor Brake Visually Inspect for damaged, or loose,
hardware. Replace as necessary.
V-Belt Sheave Alignment Visually inspect alignment and re-align, if
necessary.
❑ V-Belt Tension Ensure that belt tension is correct. If necessary,
re-tension belt.
❑ Power Turn Belt Tracking Visually inspect belt for signs of tracking
problems and correct, if necessary.
Authorized Contractor Signature: Date:
Page 67 of 112
w 69
QUARTERLY INSPECTIONS or as recommended by 6HS Manufacturer
Complete Inspection Type Inspection Procedures
❑ Power Turn Belt Surface Visually inspect belting surfaces for fraying,
tears,exposed cord and dirt accumulation.
❑ Power Turn Belt Tension Confirm that belt tension is correct. If
necessary, re-tension belt.
El Power Turn Drive Motor Inspect for excessive heat and unusual noise.
Repair, or replace, as necessary.
❑ Power Turn Drive Motor Brake Visually Inspect for damaged, or loose,
hardware. Replace as necessary.
❑ Power Turn Drive Motor Bolts Ensure that drive motor bolts are in place and
tight. If necessary,adjust bolt tightness.
Power Turn Perimeter Chain Visually inspect for any damage. Lubricate
❑ Lubrication perimeter chain with manufacturer approved
grease.
❑ Power Turn Bolts Inspection Ensure that power turn bolts are in place and
tight. If necessary,adjust bolt tightness.
Visually inspect for any damage. Lubricate
❑ Power Turn Drive Chain Lubrication perimeter chain with manufacturer approved
grease.
❑ Power Turn Belt Link Visually inspect power turn belt link. If
necessary, replace
❑ Power Turn Belt Seam Visually inspect belt seam for excessive wear
or damage. Replace as necessary.
❑ Hardware Tightness Inspect electrical hardware for tightness. If
needed,tighten hardware.
Inspect electrical connections for loose
❑ Electrical Connections connections, damaged wires,frayed wires
and/or insulation integrity.
❑ Carousel Motor Inspect for proper operation and mounting
security. If necessary,tighten mounting bolts.
❑ Carousel Reducer Inspect for proper operation and mounting
security. If necessary,tighten.
Inspect conveyor drive chain/sprocket
El Carousel Drive Chain/Sprocket alignment,tension, lubrication and general
condition. Correct alignment,adjust tension or
lubricate if needed.
Inspect cam drive chain alignment,tension,
❑ Carousel Cam Drive Chains lubrication and general condition. Correct
alignment, adjust tension or lubricate if
needed.
Inspect cam shafts alignment,tension,
❑ Carousel Shafts
lubrication and general condition. Correct
alignment, adjust tension or lubricate if
needed.
Page 68 of 112
70
Inspect for proper chain engagement,
❑ Carousel Drive Cams mounting security and general condition.
Repair, or replace, as needed.
Inspect for general condition of exterior trim
❑ Carousel Pallet Assemblies and ensure that there are no loose pallet
assemblies.
❑ Carousel Pallet Nylon Strap Inspect for general condition and mounting
security. Repair,or replace, as needed.
❑ Carousel Gearbox Ensure appropriate oil level of gearbox. Add oil
as needed.
Inspect for general condition, lubrication and
Carousel Pillow Block Bearings mounting security. Repair, lubricate and/or
replace, as needed.
❑ Carousel Finger Guard Inspect general condition. Repair,or replace,
as needed.
Authorized Contractor Signature: Date:
Page 69 of 112
71
QUARTERLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Inspection Procedures
Oversize Conveyor Belt Tracking Visually inspect belt for signs of tracking
problems and correct, if necessary.
❑ Oversize Conveyor Belt Tension Confirm that belt tension is correct. If
necessary, re-tension belt.
Oversize Conveyor Belt Lacing Visually inspect lacing for security and
tightness.
Oversize Conveyor Baggage Snag Check points along the belt where baggage
Points snags are possible and correct situation
Ensure that Pulleys are square and attachment
° Oversize Conveyor Head/Tail-End hardware is secure. Visually inspect for rotation
Pulleys and Take up Pulleys and surface damage. Repair, or replace, as
necessary.
Ensure that Snub Pulleys are square and
Oversize Conveyor Drive and Snub bearing hardware is secure. Visually inspect for
° Pulleys rotation or surface damage. Adjust, or replace,
as necessary.
Ensure that the rollers are square with respect
Oversize Conveyor Return Rollers to the centerline of the conveyor frame.
Visually inspect for rotation or surface damage.
Repair, or replace, as necessary.
Oversize Conveyor Bearing If required by Manufacturer, ensure that
° Lubrication bearings are lubricated.
Oversize Conveyor Drive Inspect conveyor drive chain/sprocket
° Chain/Sprocket Alignment alignment. If necessary, correct alignment.
Ensure that chain guard is in place and
❑ Oversize Conveyor Chain Guard operating quietly. Adjust, or replace, as
necessary.
Inspect for excessive heat and unusual noise.
❑ Oversize Conveyor Drive Motor Grease fittings. Repair, or replace, as
necessary.
Oversize Conveyor Reducer Inspect for proper operation and mounting
security. If necessary, tighten.
Oversize Conveyor V-Belt Sheave Visually inspect alignment and re-align, if
° Alignment necessary.
❑ Oversize Conveyor V-Belt Tension Ensure that belt tension is correct. If
necessary, re-tension belt.
Oversize Conveyor Hardware Ensure all hardware is mounted and tightened
° Secureness properly. Tighten as needed.
Authorized Contractor Signature: Date:
Page 70 of 112
72
QUARTERLY INSPECTIONS or as recommended by BHS Manufacturer
Inspection Type Inspection Procedures
❑ Ticket Counter Belt Tracking Visually inspect belt for signs of tracking problems
and correct, if necessary.
Ticket Counter Belt Tension Confirm that belt tension is correct. If necessary, re-
tension belt.
Cl Ticket Counter Belt Lacing Visually inspect lacing for security and tightness.
Repair as needed.
❑ Ticket Counter Baggage Snag Points Check points along the belt where baggage snags
are possible and correct situation
Ticket Counter Head/Tail-End Pulleys Ensure that Pulleys are square and attachment
° and Take up Pulleys hardware is secure. Visually inspect for rotation and
surface damage. Repair, or replace, as necessary.
Ticket Counter Drive and Snub Ensure that Snub Pulleys are square and bearing
° Pulleys hardware is secure. Visually inspect for rotation or
surface damage. Adjust, or replace, as necessary.
Ensure that the rollers are square with respect to the
❑ Ticket Counter Return Rollers centerline of the conveyor frame. Visually inspect for
rotation or surface damage. Repair, or replace, as
necessary.
❑ Ticket Counter Bearing Lubrication If required by Manufacturer, ensure that bearings are
lubricated.
Ticket Counter Drive Chain/Sprocket Inspect conveyor drive chain/sprocket alignment. If
° Alignment necessary, correct alignment.
❑ Ticket Counter Chain Guard Ensure that chain guard is in place and operating
quietly. Adjust, or replace, as necessary.
❑ Ticket Counter Drive Motor Inspect for excessive heat and unusual noise.
Grease fittings. Repair, or replace, as necessary.
❑ Ticket Counter Reducer Inspect for proper operation and mounting security. If
necessary, tighten.
❑ Ticket Counter V-Belt Sheave Visually inspect alignment and re-align, if necessary.
Alignment
Ticket Counter V-Belt Tension Ensure that belt tension is correct. If necessary, re-
cension belt.
El Ticket Counter V-Belt Sheave Wear Inspect general condition of sheave groove and
tightness. Replace, if needed.
Hardware Secureness Ensure all hardware is mounted and tightened
properly. Tighten as needed.
❑ General Maintenance Clean up area around the belt conveyor. Remove
any spills and debris in the area.
❑ Fire Door Ensure no leaks at gearbox exist. Inspect general
condition and security. Tighten bolts as needed.
Authorized Contractor Signature: Date:
Page 71 of 112
73
WEEKLY INSPECTIONS or as recommended by BHS Manufacturer
Complete Inspection Type Inspection Procedures
❑ Carousel Finger Guard Inspect finger guards. Replace as necessary
Ensure operating lights, start-up warning lights
❑ Carousel Annunciation Devices and alarms are operational. Replace as
necessary.
Inspect carousel for abnormal noise from drive
❑ Carousel Operation section or around wheel tracks. Repair, or
replace, as necessary.
❑ Fire Door Cycling Note position of fire door and cycle belt system
to raise, or lower, the door.
❑ Fire Door Travel Ensure door travels proper distance, both up
and down.
❑ Fire Door Limit Switch - Up Ensure that door does not pass the vertical limit
of the door track.
❑ Fire Door Limit Switch - Down Ensure that door achieves full travel, but does
not bulge
Inspect motor brake for loose or damaged
❑ Conveyor Belt Motor Brake hardware and any evidence of external damage.
Repair, or replace, as needed.
Inspect motor brake for loose or damaged
Cl Oversize Belt Motor Brake hardware and any evidence of external damage.
Repair, or replace, as needed.
Inspect motor brake for loose or damaged
❑ Ticket Counter Belt Motor Brake hardware and any evidence of external damage.
Repair, or replace, as needed.
Inspect motor brake for loose or damaged
❑ Power Turn Belt Motor Brake hardware and any evidence of external damage.
Repair, or replace, as needed.
Inspect motor brake for loose or damaged
❑ Carousel Motor Brake hardware and any evidence of external damage.
Repair, or replace, as needed.
Authorized Contractor Signature: Date:
Page 72 of 112
74
ATTACHMENT "G"
Spare Parts Inventory
Schedule `
Inventoried Spare Parts - PSP
QTY DESCRIPTION PART NUMBER
2 Probe Disch7716 502743
1 Cab Probe 503742
2 RLR Unit Assembly Spare Original 1600617
1 RLR Unit Assembly 1600622
1 RLR Unit Assembly 1600623
22 Polyester Straps 1 1/2 x 2'2" 2120584
2 String Pot 2910109
1 Bus Charge Board 2911633
3 CKT Board Cab/String Pot 2911676
2 Proportional Board 2911682
1 IGBT Drive Boards 2911693
3 Ckt Bd Res/Cap 2911709
1 IV Sense PWM 2911734
2 Bus Discharge Board 2912277
2 24 Phase Board 2912623
2 Logic Board 2912626
4 Bar Round 5/8 x 2 7/8 3007607
1 Contactor(Con-1) 3613732
4 Brake Lining for Vertical Drive 3614767
1 Exp Board (Already installed 3623301
2 Temp. Sensor Duct 8"w/box 3626957
2 Current Transformer 3626958
1 Phase Monitor Used 3632388
3 Fan Contactor 3632505
2 Com ressor Contactor CL45 3632506
3 Blower Contactor 3-con 3632507
Page 73 of 112
75
1 Damper Motor 3639077
1 Ram Board 12 Steps for SCR's 3639859
1 New DDC Board w/ ro ram 3644623
1 Hoist Motor 3650123
1 RLR Unit Assembly Jit 3654258
2 Temperature Probe 3656154
1 7.5 HP Inverter 3659845
4 Brg RLR 20DX.875 STUD 3671056
4 Bearing T r Rlr 1.375 ID x 2.562 OD 3671504
1 Aircraft Door Stop 3691223
2 Capacitor 3300 UFD 450 VDC 3703616
1 1/2 HP Motor Reel Hose 3713036
1 Smoke Detector 3716813
3 400 Hz Cable Nose 3725287
7 PSB-120 Small light bulb 4080065
2 Limit Switch Auto Level 4100210
1 Bottom Black ON Lense 4140425
2 Ventilator White Lense 4140462
1 Lamp Test Lense 4142337
4 Blue Warning Lense 4142565
5 SCR's 4501023
3 IGBT's 4503370
6 Canopy Straps 7668006
2 RLR Unit Assembly 8007275
1 Electra Gear Box EL8265421 26HIC142-50F Ratio 12.511
2 Circuit Breaker PCA 3632973
1 Original Gear Box 14 OT CM21A-25 K1 7862833001D R RPM 1750
1 Baggage System Hytol Gear Box R00164-20R RH Ratio 20/1
1 400 mhz GPU Cable JB 9516-60
4 Large AC Hoses Rollout to Plane J21022-25
6 14"AC Hoses from Unit to Rollout Hose J21410-25
Page 74 of 112
76
1 I AC Hose Reducer(Rollout to clamp) I J21022-20
'The above list represents PSP's inventory at the time of this RFP, is subject to change,
and, is not to be construed as minimum required parts needed to meet the contractual
obligation of this service agreement.
Page 75 of 112
77
RFP #06-16
PASSENGER LOADING BRIDGE AND BAGGAGE
HANDLING SYSTEM INSPECTION
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items-
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND
INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND
SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER
ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND
INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE
CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers thereto:
Q 1. How many linear feet are the baggage handling systems?
A 1. Please refer to pages 32 and 34 of the RFP document for all baggage handling
systems linear footage.
Q 2. Will the Airport provide escorting to Airside for this contract?
A 2. No. Contractor's staff is expected to be properly badged allowing unescorted
access to all areas for maintenance of equipment. Contractor is responsible for
the escorting any and all un-badged personnel working in secured areas.
Q 3. Do you have Ball Screws on site?
A 3. Yes. Two (2) spare.
04. If the contract becomes effective during the peak season for the airport (January-April)
will the Airport be flexible in the 3 month required window for the Ball Screw inspections,
as this would have to be done during your busiest travel time?
A 4. Yes
Q 5. Is there a scissor lift or other equipment available for use on site?
A 5. No
Q 6. Do the Airlines have a consortium for the baggage handling system?
A 6. No there is no consortium for the airlines.
Q 7. Are all the tires on the passenger loading bridge solid rubber?
A 7. No they are not solid rubber
Page 76 of 112
78
Q 8. Is the airport painting or pressure washing the passenger loading bridges?
A 8. No. Contractor is to wash exterior of bridge, rinse with water, reference
Attachment "E" Passenger Boarding Bridge Preventative Maintenance Program
Schedule, (total of 2 occasions per year), Page 30, Under SEMi-ANNUALLY (to
include Quarterly).
Q 9. Is the Airport responsible for backflow testing for potable water systems?
A 9. No. Contractor is responsible to test backfiow valves and related plumbing, per
Attachment "E", Annually (to include Quarterly).
Q 10. Must hired contractor have FMC Certification?
A 10. Yes — must have FMC Factory Certified Technician.
Q 11. What happens if you cannot make the 4 hour Emergency Work window?
A 11. Four(4) hour response time is required for emergency service.
Q 12. What is the difference between Emergency Work and Non-Routine work?
A 12. Anything outside of inspections and related maintenance is considered non-
routine. Emergency work is deemed as elevated non-routine work that requires a
4 hour response time.
Q 13. Could you please let me know where I might find a copy of the City's Airport Use and
Lease Agreement or send me a copy?
A 13. Please see the separate PDF copy of the City's Airport Use and Lease Agreement
which is available in the Open Bids and Proposal section of the Procurement &
Contracting page on the City's website (see the following link:
http://Www.paimsprin-s-ca.gov/governmentldepartmentslprocuremen t-
contractinq/bids-proposals)
Q 14. Who is the current vendor for this contract?
A 14. Riselo Engineering Solutions inc.
Page 77 of 112
79
CORRECTION:
On page 11 of 73 the table with the response times is here by deleted and replaced with
the following corrected table for NEXT DAY hours.
Time of Notification " Required Response Time
<1100hrs SAME DAY(4 hours of call)
>1100hrs and <2000hrs 0600hrs NEXT DAY
> 2000hrs and <2300hrs 1000hrs NEXT DAY
all times are local KPSP
BYY�ORDER
QOFF THE CITY OF PALM SPRINGS, CALIFORNIA
o"".`!""�Q `;LW
Procurement Specialist II
DATE: June 30, 2016
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your RFP
being deemed non-responsive.
Page 78 of 112
80
RFP #06-16
'z4 PASSENGER LOADING BRIDGE AND BAGGAGE
HANDLING SYSTEM INSPECTION
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND
INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND
SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER
ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND
INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE
CONTRACT DOCUMENTS.
CORRECTIONS:
STRIKE:
Bottom of page 6 and top of page 7 of 73, Section I, CONTRACTOR"S LICENSE is here by
deleted and replaced with the following corrections regarding contactors license requirements:
CONTRACTOR'S LICENSE: The selected firm must possess a valid, current and in
good standing a C-10 gF C-20 contractor's license issued by the California State
Contractor Licensing Board at the time of submitting a proposal and throughout the
duration of the contract term. A copy of the contractor's license number and date of
expiration shall be included in the submitted Proposal. Failure to produce and possess
the specified licenses will render the Proposal as non-responsive-
REPLACE WITH:
CONTRACTOR'S LICENSE: The selected firm must possess a valid, current and in
good standing a C-10 and C-20 contractor's license issued by the California State
Contractor Licensing Board at the time of submitting a proposal and throughout the
duration of the contract term. A copy of the contractor's license number and date of
expiration shall be included in the submitted Proposal. Failure to produce and possess
the specified licenses will render the Proposal as non-responsive.
STRIKE:
Page 6, Section ll, Item I is here by deleted and replaced with the following corrections
regarding technicians:
j. Contractor shall be limited to two hours travel per teshpigiap per day for non-routine
maintenance callout. This shall be limited to no more than four hours per day thereby
reasonably allowing for two Contractor teghnisiaps 1 hour of travel each way.
REPLACE WITH:
I. Contractor shall be limited to two hours travel per Stationary Engineer per day for
non-routine maintenance callout. This shall be limited to no more than four hours per
day thereby reasonably allowing for two Contractor Stationary Engineers 1 hour of
travel each way.
STRIKE:
Page 79 of 112
81
Page 10, Section IV, Item (1) is here by deleted and replaced with the following corrections
regarding Journeymen level Technicians:
(7) Two (2) jGUFReymes level TeGhRiGiaRS per scheduled PM, capable of repairing all
systems covered in the Scope of Work section. This includes electrical, mechanical,
and troubleshooting repairs to the PLB and related systems.
REPLACE WITH:
(1) Two (2) Stationary Engineers per scheduled PM, capable of repairing all systems
covered in the Scope of Work section. This includes electrical, mechanical, and
troubleshooting repairs to the PLB and related systems.
The City has received the following questions and is hereby providing answers thereto:
Q 1. We currently have a California license # 720614. WE have a C61 and D21 license
which is what we have used in California for almost 20 years to supply, install, and
maintain baggage conveyors and airport equipment. Will this class of license be OK?
A 1. The City is seeking a qualified and properly licensed contractor that can perform
the scope of work for both the passenger loading bridges and the baggage
handling systems. Because the scope of work for the passenger loading bridges
requires a C-10 and a C-20 license, the successful contractor must possess both
of these licenses. Possession of a C61 and D21 license only does not meet the
license requirements.
Q 2. Is a Customs Bond needed?
A 2. No.
Q 3. Page 6 Section II Item i.: Do prevailing wage rates apply during travel?
A 3. Yes.
04. Attachment H Section 1.6: Please verify that Contractor shall not be responsible for
damages, as a result of Airline or Operator's
negligence.
A 4. Correct.
05. Would the airport accept a Section 608 Technician (US EPA certification for HVAC
service and repair) in lieu of the C-20 license?
A 5. No. A C-20 license is required.
Q 6. In lieu of being "Certified" by JBT, can the Supplier show that we meet or exceed JBT
PBB Certification training?
A 6. No.
Page 80 of 112
82
BY ORD�E;RQO�F THE CITY OF PALM SPRINGS, CALIFORNIA
0 . 0
Procurement Specialist II
DATE: July 13, 2016
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature:
Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your RFP
being deemed non-responsive.
Page 81 of 112
83
EXHIBIT "C"
CONTRACTOR'S PROPOSAL
Table of Contents
Technical/Work Proposal
CoverLetter........... ..................................... ............................................. ......... Page 2
Attachmentu A )) ........... ................................................................................... Page 4
Attachment (( B )) ..............................................................................._............... Page 5
Sections A and Section 8 are Included in This Section................................ Page 7
Firm,Staff,Team (including any Sub-Contractor)Qualifications and Experience,
including References for Passenger Loading Bridges And Baggage Handling
Systems
Licences, 116sumes,Certifications................................................................... Page 14
SectionC... ......................................................................................................... Page 20
Proposal Organization,Conformance with RFP Instruction and Demonstrated
Understanding of the Overall Project and Requested Scope of Work
Section0 ........................................... ............ ..................................... ......... Page 21
Work Proposal
SectionE .................. ............................................................. ............................ Page 22
Project Schedule
Page 82 of 112
84
July 15. 2016
City of Palm Springs
Attn: Leigh Ann Gileno
Procurement Specialist 11
3200 East Tahquitz Canyon Way
Palm Springs,CA.92262
RE:Request for Proposals)RFP#06-16)for the Maintenance and Repair of the Passenger
Boarding Bridges and Baggage Handling System Located at the Palm Spring International
Airport in the City of Palm Springs,California.
Dear Mrs.Gileno,
RISFLO ENGINEERING SOLUTIONS,Inc.,formerly known as R&A Services, has been the company
in charge of implementing the preventive maintenance,troubleshooting, servicing,repairing
and providing phone technical support for the passenger loading bridges at the Palm Springs
International Airport for the last fifteen(15)years. As a subcontractor and,for the last 5 years,
as Prime Contractor.Our experienced and qualified technicians,working side by side with
Airport management and technicians,implement a team player philosophy to provide solutions
for all the site's needs.We possess a complete understanding of the processes and protocols
already established by the Airport Authorities;we are also familiar with Airport management
and technicians.All the experience accumulated throughout the years working on the
passenger loading bridges make us confident that RISELO ENGINEERING SOLUTIONS,Inc.is your
best option to continue with this trend of quality service.
With ZERO LOST TIME ACCIDENTS and implementing our policy of"SAFETY BEFORE YOU OR
ME"for the last fifteen JIS)years while working on the passenger boarding bridges and the
baggage handling systems at the Palm Springs International Airport,among other airports in
the Southern California region,RISELO ENGINEERING SOLUTIONS, INC has conducted,and will
continue conducting, all business in full compliance of safety regulations prescribed by the
California Occupational Safety and Health Act.As part of this implementation,all of our
personnel obtain monthly training in order to ensure proper and safe methods to handle our
2
Page 83 of 112
85
different tasks on passenger loading bridges and baggage system.This regular training is
conducted by management staff,with years of experience,led by Mr. Romeo Lopez and Mr.
Ivan V. Lopez.
Due to his experience working at this airport, and in order to continue the trend of quality
service for these bridges,RISELO ENGINEERING SOLUTIONS, Inc.has assigned Mr. Romeo Lopez
as Project Manager for this RFP NO 06-16.Mr. Lopez is a certified journeyman electrician,and is
Manufacturer Certified,whose experience spans 1T/a years. He has worked in several airports
as Project Manager,Technician and/or trainer in the US(including Hawaii)and abroad in Guam.
His experience covers conventional and PLC controlled passenger loading bridges,400 HZ
Ground Power Units, Pre-Conditioning Air units(known as PCAirs),Potable Water Cabinets,
Baggage Handling Systems, mechanical,plumbing,electrical and HV/AC systems. Mr. Lopez is a
former instructor for the California Electrical Training School, whose curriculum included
teaching implementation and understanding of the National Electrical Code(NECI, along with
basic and advanced electrical and electronics courses. With all these qualifications,we are
assigning this project to one of the most experienced Project Managers in the Airports industry
For the last 15 years,RISELO ENGINEERING SOLUTIONS, Inc.,with its'certified and experienced
technicians,has been acquiring knowledge and experience working on other contract projects
with the same scope of work.We have experience working on passenger boarding bridges,as
well as baggage handling systems,at the Ontario International Airport,John Wayne Airport, Los
Angeles International Airport and Meadows Field Airport.
We trust that with all the experience acquired through the years working at the Palm Springs
International Airport and other airports,we will meet the necessary requirements to be
awarded this contract.The vast experience of the assigned Project Manager and detailed
information about RISELO ENGINEERING SERVICES, Inc. is included in this proposal (RFP p06-16).
If you need more information or have any questions,please do not hesitate to call us at(909)
356-8821.
Thank you very much
Romeo Lopez
General lManager
RISELO ENGINEERING SOLUTIONS,Inc.
3
Page 84 of 112
86
ATTACHMENT"A"
'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK PROPOSAL
(Envelope i1)"
REQUESTS FOR PROPOSALS(RFP)tf 06-16
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
MAINTENANCE SERVICES
SIGNATURE AUTHORIZATION
NAME OF CONTRACTOR(PROPOSUR
' 5ELC E.��ll rlitF'_t.l.k . L.UG
HUSINESS ADDRESS- /�33h�f LyY- — =-�4'ft7Xk/1A4- ..� rf 7.3 L
TEI_FPHONFSI:lai :4 �._CELL PHONE fit ,PLC={ iI_- FAX �C��i� 3,iG YTY, C•
CONTACT PERSON. _1j^1 _._ EMAIL ADDR ESS ALCP%ZPaZISEI-0eH4r FlttJhS.r-r""
A 1 hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the
alcove listed individual or Contractor. I certify that I have the authority to bind mysei8this company n a
contract should I be successful in my proposal.
PR 00 NAME AND TITLE
7
%
GNATURE AND DATE
0 The following information relates to the legal Contractor listed above, whether an individual cr a
Contractor. Place check marks as appropriate.
1. If successful,the contract language should refer to me/my company as:
An individual,
_A partnership. Partners'names.
A company,
k.A corporation if a corporation.organized in the state oF_ _. _._.
Please check below IF your firm quailfies as a Local Business as defined in the RFP:
A Local Business(Licensed within the jurisdiction of the Coachella Valley).
Copy of current business license Is required to beattached to this document.
2. My tax identification number is: . �C'.�G^..a.�
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required oy including the acknowledgment
wQh you, proposal, Failure to acknowledge the Addenda issued may result in yow proposal going deemed io,
responsive
In the Woe provided below,Please acknowledge receipt of each Addenda:
Addendum(s)a �f 2---__.__.__Islare hereby acknowledged.
Page'_?of 71,
Page 85 of 112
87
ATTACHMENT"B"
'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR
TECHNICAL/WORK PROPOSAL(Envelope#t)'
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA)ss
COUNTY OF RIVERSIDE)
The undersigned, being first duly sworn, deposes and says that he or she is
of KI=;mE-Lc; en.ry r.itc 4nyyo•u�tndhe party
making the foregoing Proposal That the Proposal is not made in the Interests of, or on the
behalf of any undisclosed person, partnership, company. association, organization. or
corporation that the Proposal is genuine and not collusive or sham that the Proposer has not
directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal.
and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or
anyone else to put in a sham Proposal, or that anyone shall refrain Irom Proposing. that the
Proposer has not in any manner,directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix
any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer. or
to secure any advantage against the public body awarding the contract of anyone interested in
the proposed contract; that all statements contained in the Proposal are true, and. further. that
the Proposer has not, directly or indirectly, submitted his or her Proposal price or any
breakdown thereof or the contents thereof, or divulged information or data relative thereof, or
paid, and will not pay, any fee to any corporation, partnership, company. association,
organization, Proposal depository, or any other member or agent thereof to effectuate a
collusive or sham Proposal.
By
l
Title
Subscribed and sworn to before me this /'f day of 2016.
MAPGAa1i05E ioAA
CanmisNon i 2 11126
� Notary Vub�rt Ca1BorMa
`�' San Bernammu Coumy
NSomm FrPi� �¢5%�
Page 86 of 112
88
CALIFORNIA JURAT WITH AFFIANT STATEMENT
'See Altachod Document(Notary to cross out lines 1-6 below)
See Statement Below(Lines 1-5 to be completed only by document slgner(s]. not Notary)
sure of raltornia
Subscribe)and sworr to(or aft.rmeU)before ma Gn'h:5.
day al.�—//L 20 It,
proved to me on the basis of sabstaclory evidecce
Io be the person who appeared before me I.i I,)
And
M.IAGNIITp SEW11A r?�
ComM[ttnn a 2030926 - - --
Noury Public-CMderma i F �
San Stmsrdino County, proved to me on the basis of salsfacto/y evidence
My comm to irea Joe25.201] o_Lg.1b4.jpPrson who appeare efore 96e.!
$ignA[ (Glr� ry r'yv
OPTIONAL
12
v
Further Description of Any Attached Document
Page 87 of 112
B9
SECTION A
Firm,Staff,Team (including any Sub-Contractor)Qualification and
Experience Including References for Passenger Loading Bridges.
This Section Also Covers/Includes Section rB"for Baggage Handling
Systems
Same Technicians Will be Workjngon Both: Passenger Loading Bridges and BaRgage
Handling Systems
Local Service Provider
RISELO ENGINEERING SOLUTIONS,Inc.was originally established twenty-two(22)years ago as an air
condmuring and heating business and entered in the airport industry eighteen(18)years ago Initial
dunes consisted of working on passenger boarding bridges and baggage handling systems at the Ontario
International Airport We are a Certified Minority Business Enterprise(MBE)located in the City of
Fontana,m San Bernardino County,approximately 70 miles from the Palm Springs International Airport
In order to offer top quality service for this contract, Mr.Romeo Lopez,with all his previous experience
working on these bridges and Baggage Handling System has been assigned as Project Manager.As such,
he will be the primary point of contact and shall be available 24 hours,7 days a week,for the duration of
this project.He may be contacted via telephone,email or cellular phone.His contact information is
already available to the Airport Authorities,Maintenance Superintendent and most of the in-house
technicians His duties will include immediate attention to any calls from either the Superintendent or
any in-house technician seeking assistance or support.if necessary,he will also be readily available to
arrive at Palm Springs international Airport immediately in order to provide help and resolve any
problems/issues. If necessary,our Project Manager will be assisted by any of the other excellent and
experienced technicians mentioned in this proposal.Such occasions include,but are not necessarily
limited to, inspection land replacement,if necessary)of the ball screws,compressors,motor chokes,
removal,installation and/or replacement of components.
RISELO ENGINEERING SOLUTIONS,Inc.completely understands the needs and the benefits of supporting
local small businesses.We will strive to hire local businesses as subcontractors,hire local people to be
part of this project and buy parts from local distributors.In the event that we are the awarded entity for
this contract,we would like to contact some of the local colleges and/or trade schools,like Cathedral
City's Mayfield College.to implement,if possible,an apprenticeship program with some of these
institutions.
RISELO ENGINEERING SOLUTIONS,Inc,is an Equal Opportunity Employer.As a minority local business,
we completely understand the need of supporting local,small,minority businesses.As a good faith
effort for this proposal,we have conducted the proper research in the Coachella Valley,along with the
cities of Beaumont and Banning,and implemented an advertising campaign in some local newspapers
covering these areas soliciting suppliers,subcontractors and employees.We are soliciting applications
7 I
Page 88 of 112
90
for employment and proposals from local residents and firms for future opportunities to work with us at
the Palm Springs International Airport,should RISELD ENGINEERING SOLUTIONS Inc.be awarded this
contract.Attached with this proposal,on pagel6,is proof of the good faith effort mentioned above.
Team of Key Staff/Personnel
Attached to this proposal,on page 15.you will find the resume of our Project Manager,Mr.Romeo
Lopez.On Pages 17, 18 and 19 you will find certifications from Jetway and JBT Aerotech,along with
information about the technicians assigned to this project. Each of these technicians has suffioent prior
experience to perform preventive maintenance programs,troubleshoot and conduct repairs,as needed,
on the eight fg)Passenger Loading Bridges and the Baggage Handling System.
All technicians will be led by the assigned Project Manager.We are completely confident that we will
keep providing the same top-of-the-line service required to fulfill your expectations for this contract
The Project Manager and assigned technicians all have extensive mechanical and electrical experience
working on Passenger Boarding Bridges,400 Hz Ground Power Units,PCAirs,Potable Water Cabinets
and Baggage Handling Systems.The Project Manager and all personnel involved in assisting the Project
Manager for the performance of this contract,all have previous experience working on these particular
Passenger Boarding Bridges and the Baggage Handling System located at the Palm Springs International
Airport.with that being said,we can assure that we are well prepared to perform the preventive
maintenance program for the Passenger Boarding Bridges,Aircraft Ground Power Generators, PCA,r
Systems,Potable Water Units,Baggage Handling Systems and all related equipment.All work shall be
conducted with high quality service,in accordance to the Manufacturer's recommendations and
specifications. In the same manner,we will troubleshoot and repair any problem on Passenger Loading
Bridges,Baggage Handling Systems or any related mechanical/electrical system covered under this
project scope,as needed.
Our Project Manager will continue working closely,as a team player,with the respective Management
and Technician staff at the Palm Springs International Airport;sharing experiences,communicating and
discussing any topic related to problems.Concerns,or safety issues,that may arise in the daily operation
of these passenger loading bridges or the baggage handling system will also be shared.The Project
Manager will be the only person authorized in making suggestions to the Airport Superintendent for any j
necessary actions to be taken,or modification needed,to ensure reliable operation.As he has done for ICI the last fifteen(15)years,our Project Manager will prepare the Quarterly reports,in accordance with
the manufacturer's recommendations.He will be the only person with authorization to submit such
reports to the Airport Maintenance Superintendent.
It is relevant to mention that Mr.Romeo Lopez,with his capable management skills and motivation of
employees, has always been able to meet the goals and deadlines established by the Palm Springs
International Airport Authorities.For the last fifteen(15)years,he has been in charge of implementing
the preventive maintenance program,troubleshooting and repair of all equipment at Palm Springs
International Airport.His responsibilities have also included assisting the in house technicians with
technical and telephone support,in order to maintain these bridges and the baggage handling system in
g
Page 89 of 112
91
excellent condition for their daily operation.Mr.Lopez is well recognized at the airport and,through the
years,has been able to maintain excellent working relations with previous and current Management
staff.He also maintains an excellent working relation with the sites technical personnel as well..He has
all the necessary management and technical experience that the Palm Springs International Airport
needs to keep the Passenger Boarding Bridges and Baggage Handling System in excellent working
condition.
In the event of an emergency,our Project Manager is instructed to contact the Maintenance
Superintendent or the authorities at the airport to ensure everything is working property or to offer
support for any problem that may need immediate attention.Any assistance needed to help the Palm
Springs International Airport Authorities in restoring service of the passenger boarding bridges or the
baggage handling system will always he provided
In the event that Mr Romeo Lopez is not available,for any unforeseen reasons or circumstances,Mr
Romeo t.opez Jr.or Ivan Lopez will also be available 24 hours per day,7 days per week.This Strategy
Shall ensure a backup.or Second option,in the event that immediate Service is required.
Mr,Ivan Lopez,Vice-President of RISE LO ENGINEERING SOLUTIONS, Inc.,holds a Bachelor's Degree in
Mechanical Engineering,from the University of California Riverside.Since 2003.Mr. Ivan Lopez is also
certified by letway-JBT Aerotech and has been involved with the Passenger Boarding Bridges and the
Baggage Handling System at the Palm Springs International Airport,performing on his own and/or
assisting Mr.Romeo Lopez,our assigned Project Manager. Mr.Nan Lopez has been involved in the
different phases of the preventive maintenance program,troubleshooting and repaus.HIS high level of
education has always allowed him to analyze different problems indifferent situations and provide the
best solutions to the Airport management authorities.Mc Nan Lopez is knowledgeable in all aspects of
maintenance and service for the Passenger Boarding Bridges and the Baggage Handling System,he has
vast experience with previous and current Management,and personnel,as well.Besides the operations
at Palm Springs International Airport,Mr. Ivan Lopez has also been a key person in the successful
performance of projects with similar scopes of work in airports such as the Ontario International Airport
and Los Angeles international Airport.See attached resume.
Mr.Romeo A-Lopez Jr is a highly qualified Electrician and HVAC technician who works on the Passenger
Boarding Bridges and Baggage Handling System totaled at the Palm Springs International Airport.He has
been working at this airport since June 2010 and has acquired extensive electrical and mechanical
experience working on said Passenger Boarding Bridges and Baggage Handling Systems during these
years.With his seven(71 years of experience working at this airport,Me Romeo Lopez Jr.has sometimes
acted as our Project Manager and will be acting as such,if needed,for the new contract under RFP N06-
16. He will also perform preventive maintenance,troubleshoot and repairs to the equipment stipulated
under this RFP program.See attached resume.
Mr.Courtney Sears is a Certified Journeyman Electrician,and for the last twelve f 12)years has been
working in different airports in The Southern California area on passenger loading bridges and baggage
handling systems including the Palm Springs International Airport.
9
Page 90 of 112
92
Mr.Andre Miller Is a Certified Electrician.Since 2009,he has been assisting RISELU ENGINEERING
SERVICES Inc.with different projects.He has extensive experience with Passenger Boarding Bridges,500
Hz Ground Power Units,Potable Water Cabinets and Baggage Handling Systems.
Specialist Company Working for the Airport industry
PCAIR UNITS(PCAIR) Ground Power Units(GPU) Passenger Loading Bridges(PLBi
Mr.Rafael Ruelas has twenty-five(25)years of experience in the Airport industry working on baggage
handling systems. He is a former employee of Baggage Handling Systems(BHS),located in Azusa
California.BHS,working as a Sub-Contractor for Glade Path Baggage Handling Systems,was the originai
installer of the entire Baggage Handling System at the Palm Springs International Airport.Mr.Ruelas,as
one of the original installers,possesses a strong understanding of the Baggage Handling Systems,Now,
as a member of our team,he has helped us solve many problems we have confronted during the past
five(5)years working at the airport. He is,and will continue to be,a key player for the Baggage Handling
System
10
Page 91 of 112
93
Mr.Andre Miller Is a Certified Electrician.Since 2009.he has been assisting RISELO ENGINEERING
SERVICES Inc.with different projects.He has extensive experience with Passenger Boarding Bridges,400
Hz Ground Power Units,Potable Water Cabinets and Baggage Handling Systems.
Specialist Company Working for the Airport Industry
mt rr i•'x*�,
(
PCAIR UNITS(PCAIR) Ground Power Units(GPU) Passenger Loading Bridges 1P-h1
Mr.Rafael Ruelas has twenty-five(25)years of experience in the Airport industry working on baggage
handling systems.He is a former employee of Baggage Handling Systems(BHS),located in Azusa
California.BHS,working as a Sub-Contractor for Glade Path Baggage Handling Systems,was the original
installer of the entire Baggage Handling System at the Palen Springs International Airport.Mr.Ruelas,as
one of the original installers,possesses a strong understanding of the Baggage Handling Systems,Now,
as a member of our team,he has helped us solve many problems we have confronted during the past
five(5)years working at the airport.He is,and will continue to be,a key player for the Baggage Handling
System.
10
Page 91 of 112
93
References
1) Palm Spring International Airport Contact:Mr.Steve Bowser
3400 E.Tahquitz Canyon Way Deputy Director of Aviation
Palms Springs,CA.92262 Phone 1760)318-3845
Fax (760)318-381
Email: Steve.Buwser@palmsprmgs-ca gov
Estimated Average Cost of Contract for the Last Five(5)Years:5 150,000.00/year
Description of the Scope of Work:
Implementing preventive maintenance program according to manufacturer requirements,as detailed in
FMC Jetway Systems Operation and Maintenance Manual,since 2001.Responsibilities also included
troubleshooting,repairs and modifications of eight(9)Passenger Boarding Bridges,six 16)45-Ton PCAirs,
two(2)75 Ten PCAirs and eight(B)Ground Power Units(GPUs)and Baggage Handling System,as
needed.We also provided telephone assistance and support.
2) Ontario International Airport Contact:Mr.Tony Ceja
2900 East Airport Drive Regional Director
Ontario,CA 91761 Phone. (9091 8410956
F-mail com
Estimated Average Cost for the Last Five(5)Years of Previous Contract S 21,903.47/year
Description of Scope of Work:
Implementing preventive maintenance program according to manufacturer's requirements,as detailed
In FMC Jetway System Operation and Maintenance Manual,since 2005. Responsibilities also included
troubleshooting,repairs and modifications of twenty-six(26)Passenger Boarding Bridges,twentysix(26j
45-Tan PCAirs,twenty-six(26)Ground Power Units(GPUs)and twenty-six 126)Potable Water Systems,
asneeded
3) Los Angeles International Airport Contact:Roberto Coto
LAX Terminal 1 Site Manager
PO Box 445 Phone. (7701361-6240
FI Segundo,CA 90245 E-mail.Roberto.Coto@Vanderlande.com
Estimated Average Cost for the Last Five(S)Years of Previous Contract:$25,000/year
Description of Scope of Work:
Implementing preventive maintenance program according to manufacturer's requirements,as detailed
in FMC Jetway System Operation and Maintenance Manual since 2005.Responsibilities also included
troubleshooting, repairs and modifications of thirteen(131 Passenger Boarding Bridges,thirteen(13145
it
Page 92 of 112
94
Ton PCAirs and ten(10)Ground Power Units(GPUS),as needed.This contract also included maintenance,
service and repair of the Baggage Handling System.
4) Meadows Field Airport Contact:Mr.Christian B.Von Platen
3701 Wings Way,Suite 300 Airport Maintenance Superintendent
Bakersfield,CA 93308 Phone: (661)747-4054
Fax (661)391-1801
E-mail'. Von Platen dcu.kern ra.us
Estimated Average Cost for the Last Five(5)years of Previous Contract:$4,516.37/year
Description of Scope of Work:
Implementing preventive maintenance program according to manufacturers requirements as detailed
in FMC Jetway System Operation and Maintenance Manual since 2005.Responsibilities also included
i rouhieshooting, repairs and modifications of three(31 Programmable Logic Controller(PLC)controlled
Passenger Boarding Bridges,three(3)PLC controlled 50-Ton PCAirs and three 13)PLC controlled Ground
Power Units(GPUs) We also provided telephone assistance and support.
ipt i ` l
ysmr'' r i
sli
til -
T T
Technicians Refurbishing the Floor of a Passenger Loading Bridge
12
Page 93 of 112
95
SECTION B
Firm,Staff,Team (including any Sub-Contractor)Qualifications and Experience,
including References for Baggage Handling System.
This Section is Covered/Included in Section A.The same Proiect Manager,and same personnel
will be assigned to work on Passenger Loading.Bridges and/or Baggage Handling System
13
Page 94 of 112
96
til 1TE OF C_ ,\I IWRNIA
Camac r!5 owe la ne i3oarb
m RISELO ENGINEERING SOLUTIONS INC
m
m
co
N
o License Number 353223
C,G LLEG*RIC,AL
;.,., WA '.NH HLATING VENTILATING AND AI.
-HAGHWE(i�AN'r
Issued October ;. 2010
a
Romeo Lopez
17338 Holly Dr.
Fontana,CA. 92335
(909)356-8827
:A((OMPLISHMFNI'SIABILI I TIES'
• ABLE I'OCOMPE"I'F.NTLl'.AN.ALIZE AN D SOILAEPROBLEMS FRO VI
ENGINEERING DFSIGNTO PRODIICrION-(:m e,alume and arm om prone,ra
streandlne proctsus which mac include equipment modification, Phis has resulted in
different leek ofcom sayings
• SOL RCE INSPECTION!For caprtilma,varistrns,+oh."e rcgulmors.rtxnsiwun..Inid .
precious men i s and paint knishes.Decision responsibility for acceptance or rejection
ACCURATELY PRE FARE VE%DON INSPECTION REPORTS
PROCESS F.ti LIRE AYALl"SES(Dcsvucr Nora Deslntcn
PERSONAL TRAIN ING Median ical,electronic and elelrlcal blueprint.Iobpruccduror
and inspection criteria
EQUIPMENT USED:Omlluseope,Ili-(lunge"Verincr cut ilwn,19n(iaees.Mulunncnei%,
u1nC 1ra:er,induttor nnnlyxr.il}-pot_F'rccision TnoLe:md milling ma.'hines I tote operated
a Fak lied and also know how 10 operate,nouhieshotn,and perform maimenance on the
fnlh+wing equipment.
Kcsidordnd[W AC.Baggage ayntem,all t'IV A elettricai nwmrs and electronic equipmam
oiilved far commercial adatmn including I1A AC(PI.0 controlicdt ssiemn up to tall tan
JIL I H'AYJNT AEROTECH CERII FICATION
HAVE F,P.A.CERTIFICATION
WAVE COMPUTER KNOW'LED(F.(WORD,WORD PERFEC1.EXCEL.F.H
AM FLUENT IN SPANISH,ENCLISH
CERTIFIED CENER.AL.IOCRNEYMAN FLF.('TRIC'LAN(No.115592)
' ACCREDITEDHi THE INSTITUTE OF HEAT'ING.AND AIR(ONDI TION IM.
INDUSTRIFS(111AC'I)AND Sol THERN CALIFORNIA EDISON(SC F)
PLC knowledge and AI.WAI'S WILLING TO LEARN NEW SKILLS.AND
TE(HNIQIIF.S
WORK EXPERIENCE-
'oo— l0 Acwni Model Fngineering Solutions,Inc Generel Manger
1498 to June'01' JILT Aerolech,Project Mann,oer.Teac.hiag.7ruubleshoofinl;,Repairing
Pnssengrr I.oa,im;Bridges PCAir unit,4W LIZ GPL,Raegage Systems
199a To 1998 R&A SF:RVIC'F_S.Fnmmna.CA-D.HV'AC Installations.diagnosis,repairs.
I IBo n,699 DAICO INDUSTRIES,Complain.C A,Flecirical'Fleoronic Service le::hnician.
I&,to 10 89 CASA BLANCA FAN COMPANY.I'it} of Indusln.Source fnspecwr
683101'86 SELF-EMPLOYED ELECTRICIAN AND MECHANIC:
6'81 n+6 89 SEALS METHODS CO.,Santa Fe Springs,CA- Machine O{mrator
FDLCAt[ON-
NATIONAL UNI\'EKSI'Fit Of EL SALVADOR,i.A_I'-E Major 1978 n+ 198U.\o degree.
INTERNATIONAL TECHNIC AL SCHOOL Certificate,:.Automotive and IIectrlcai
PASADENA C'FFI'COLLEGE.A.S.Ikgree in Electronics uilh additional classes in industrial elcorwity
and a Laser Major, 198n to 1992
ASSO<IATION OF FACILITIES AND PLANT OPERATING ENGINEERS.1"5,Keened
Kelrigeration eernficate and completed all AC HV training course.
Several seminars.training classes covering:Electrical.Electronic. H\'AC.1'Ll'System,.
Page 96 of 112
98
926 xm 'EHE PRI'sSS- YIHIPRISE HC1..CA B254
e I-,
a n)�may a:I N.2015
Classified Advertising 19st1 au.1200
,r. W10MSC-A (990i 514I251
Receipt (951)3"-WIS Fax
faO NeWr f.v AVWovL Ax.r
12ul6 P,Y'P 1 Gr0?J card RP,O V LOLI¢T '1H-�T-18 OYStfMR lxv�
Iau V+rmrnn .JG fti
Account Infar Lion Orosx Price.
Net pace: 51 as;'G
9nUrx 9C}3:3 B03J
Total peY.nta 5!4�1 P".
Name 9i5E.G ENGINEERING SOLVPCNS.INC
A^.%nvs 1?33B HOLLY DP
ON I ANA.CA 9:39.i Angnt Gan woo
Ad Copy:
Accou'!tl (g119�>95 oxwEqu�a,wtA yu mUpu�ur�m��pW m�m±�
tnt
;n�pvayytlafab�ywf 4afnN t+t+W+ -.t
N, 'gyp.it' k'Ns L0 LNQl E11.
P,e'By F:✓¢c Lucr.r Je. 5¢JLUIYYFS em - 'u.r\v cu
].OPbMVecwUOM1 eVecw.. aMi Rlr,
as C +✓Ala.F[fl a'I:vl CrtNar...N:'M�yF tlIJ1M+
n�G Mal tv\a�J[vi'a.Mn 1Mr:lncv'f bF 0.
m 1.fxv uW irN-.n rr Re:xxMa0.1 v�'S NE9.e
52te Of CalilornAT ' -
�.....CONTRACTORS STATE-
ACTIVE LICENSE BOARD
LICENSE
..._ 953223 CORD .,
RISELO ENGINEERING SOLUTIONS
INC
... L?G C20 C51102'
........ 10/3 V2016 www c51C Ca.gov
CITY OF PALM SPRINGS BUSINESS LICENSE
32(10 F TAIIQI:1'FY CANYON WAY, PALM SPRINGS,CA 92262 1760 121-8289
PLEASE NO"LE T13AT FL IS 1'OCR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY.
RUSINFSS NUMBER: 2p)14256 EXPIRATION TAX/ADMIN.FEE CERT NO
BUSINESS TYPE: CONTRACTOR-HVAC 03;3112017 18ANI 47243
OWNER NA "31
ME: ROMEO LOPEZLOPE? 02017 ti7.0t1 aR.S
IVAN LOPEZ 0 '-11:.017 l fMl SSdU
BUSINFAS NAME: RISELO ENGINEERING SOLUTIONS
BUSINESS ADDRESS: 17338 FOLLY DR
HINT AN A.CA o;i 45
RISELO LN61NELRING SOLUTIONS ISSL'ANCe OF'TIIIS LIreFSF.IN)F.5 HOl ENIRLH
17339 HOLLY DR T111.LH'ENSEE TOOIT..RATS:OR NIAINTAN n
RUSNU,S O VIOI.AnON OF ANl D'IFIER LAN'
FONTANA CA 92115 ORONDIN,ANfR. THISINNOI AN ENIN)RWAIENT
OE TIIE AMV IT\'FOR OF IIIE.APPLICANT'S
QLALIF10TIONS•
NIOST BE POSTED IN A CONSPICUOUS PLACE
Page 97 of 112
99
� „Q... +gee � -•r,�SR! 9 � T#� '9v !" n bs" xets mud^ -sue `k 3"y.� s^t. 1
.j•�. rt0.an .�W .M " �R�in.���=.9�I�`45' ,��l1WVR4 � -, �ys� ,;
�i. 7ifr f , .�i!" ? Rr<p1�(gttlllL]f> a4Mf'{Cf1k" Ln �m4rafCf�ltcr .'61�. au'k Sig
f MC
4 ; JETWAY SYSTEMS
This c•ertificale is uivarded to
CD Romeo Lopez
t0 F V $•
� f
For completion ol'the
N Jetway Maintenance & Operation Training Course
fir JetAire PreConditioned Aircraft Air Conditioner
Awarded this 71h day of March 2001
. Fr
WO
�•, = .TZ„_�'". � �i i ' `t'� �^ ,ram '•\•
(Msloncec�•n rc<A7anaqu bf im 1 r � 4�°�
O
11� 3
�_
y' a'�'�.,�3. . •* "�.IF' c ` w k ma5 +.� ..kP
Ar
IC
. `a4t' .' sl! .Wib. ,hib'i}.S( .".` ' . r u•. .«:' ..L aokr•NtMn "atSiRl. _ 'lla1 sw81►+k�; , .
f MIC
y J ETWAY SYSTEMS '
This certr/icate is awarded to � � '•,
Romeo Lopez
CID
° For completion of the �
N Jetway Maintenance Training Course
fibr Jetpower 400 HZ Ground Power Unit y
Awarded this 16`" day of February , 2001
r4 h
.i Cusco wr lervice llnmge�� - (�—��so�r l z i•
a
r
mac+ l
a 44 f rl.,k ,,ca4 r x� mil► - �• r� "'
r
o
ti
Section C
Proposal Organization,Conformance with RFP Instructions and Demonstrated
Understanding of the Overall Project and Requested Scope of Work.
For the last fifteen 115)years,RISELO ENGINEERING SOLUTIONS,Inc.has been working as a
subcontractor,and as prime contractor,providing service and repairs on Passenger Boarding Bridges
and Baggage Handling System across several airports,including the Palm Springs International Airport.
Our,current,and future Project Manager,Mr.Romeo Lopez,has been working side-by side with
management and in-house technicians at the Palm Spring International Airport.He has always done this
while implementing the preventive maintenance program and servicing of all relevant equipment For
the last fifteen(15)years,Mr.Loper has trained all the technicians assigned to this project.Our
personnel have acquired experience and familiarity with the Passenger Boarding Bridges and the
Baggage Handling System under the guidance of Mr.Lopez.and no other company can match the
experience and knowledge our personnel possess with the systems located at the Palm Springs
International Airport
Our technicians'familiarity with the Operations and gate systems,along with previously completed
background checks and clearance requirements,will make it an easier transition to maintain the top
quality service we have always provided.
The experience acquired during the last fifteen I1Sj years working on the Passenger Boarding Bridges
and the Baggage Handling System at the Palm Springs International Airport has also being useful to
identify critical issues that have impacted the speed of the service provided,such as'.
Parts
Lack of availability of parts from the original manufacturer has been a major problem to repair the
Passenger Boarding Bridges and the Baggage Handling System in an efficient manner.As of late,the
original manufacturer waits until there is a demand for a specific quantity before ordering production.
Accordingly,the parts needed are not always available for immediate delivery.This delay is reflected in
the amount of time the equipment is out of service.RISELO ENGINEERING SOLUTIONS,INC.is aware of
this problem in order to be more proactive within other airports,we Are using alternative
manufacturers which meet or exceed the same specifications of original equipment manufacturer All
material and components are submitted to the Airport Authority for approval,prior to procurement.
This solution not only results in cost savings, but also in procuring needed parts in a timely manner.
Considering the lack of original manufacturing distributors in the area of Palm Springs, RISELO
ENGINEERING SOLUTIONS will allocate money to buy Original Equipment Manufacturer IOEM)parts ail
with extended lead times.We will keep this stock of parts ready for use at any moment,exclusively at
this airport.Should the airport authorities allow the use of approved equals,we plan to keep buying
these parts locally to local businesses such as Allied Refrigeration,located in Cathedral City,as part of
our support for local businesses policy.
20
Page 100 of 112
102
Note:All parts purchased by RISELO ENGINEERING SOLUTIONS,INC.that is kept in stock for the sole
purpose of being utilized or used as replacement for any equipment covered under this RFP No 06-16
must be purchased by Palm Springs International Airport upon completion of this contract,or in the
event of a cancelation.
Tralnin
RISELO ENGINEERING SOLUTIONS,INC would like to implement a basic training program for all the in-
house technicians with an emphasis in safe,and best,practices for related issues.The program would be
applicable to working on the electrical,electronic and mechanical portions of the Passenger Loading
Bridge and the Baggage Handling System assembly.The purpose of this training is to allow the in house
technicians to become more comfortable in their abilities working on applicable equipment.This would
concurrently allow the technicians to be more proactive every time they call for technical support W e
want to help the personnel feel comfortable,and secure,as this will allow them to be able to fix any
minor problems without the need of having to wait for an outside technician.This would be a good
incentive for all personnel,and would maintain the effective and efficient situation estabiisheo through
the years.We are confident that empowering the in-house personnel to handle any problems,big or
small,will provide cost savings to the Palm Springs International Airport.The individual,who will head
the effort for this training,If approved by the authorities,would be the Project Manager,Mr.Romeo
Lopez,or Ivan Lopez
Section D:Work Proposal
RISELO ENGINEERING SOLUTIONS,INC has assigned personnel with a minimum of five years of
experience working at the Palm Springs International Airport for this project.All the technicians are very
familiar with the Passenger Loading Bridges,Baggage Handling System,Airport Authorities and in house.
personnel For this contract,we plan to implement the same maintenance program;we wtll also cover
small repairs which can be addressed while the quarterly maintenance program is being implemented.
In the event the Project Manager considers a major repair needs to be performed.the Superintendent
will be notified in order to schedule future repairs.
As previously mentioned,if RISELO ENGINEERING SOLUTIONS,Inc.is awarded this contract.we plan to
allocate money to buy a stock Of parts sold exclusively by the original manufacturer in order to save time
when needed.We shall also propose the use of parts from alternative manufacturers,which meet or
exceed the same specifications,to the Maintenance Superintendent. RISELO ENGINEERING SOLUTIONS.
INC will still provide the same warranty of the original equipment manufacturers.A dedicated/assigned
vehicle will be utilized for this project.Our vehicle will carry a stock of parts which,based on our vast
experience at this site,are the most common replaceable parts.
Note:All parts purchased by RISELO ENGINEERING SOLUTIONS,INC.that Is kept in stock for the sole
purpose of being utilized or used as replacement for any equipment covered under this RFP No 06-16
21
Page 101 of 112
103
must be purchased by Palm Springs International Airport upon completion of this contract,or In the
event of a cancelation.
r
Installing a Brand New PLC Ground Power Unit)GPU)
Section E: Project Schedule
The Preventive Maintenance program will remain the same as the one implemented for the last fifteen
(15)years by RISELO ENGINEERING SOLUTIONS,INC.We will be following the strict OEM specifications
and instructions,using the same format,and forms from the manufacturer.As previously mentioned,all
this work will be performed by experienced certified technicians already familiarized with the Passenger
Boarding Bridges and the Baggage Handling System located at the Palm Springs International Airport
This will ensure that all work is carried out by personnel with proper manufacturer certifications,and
that all work is completed in accordance to the Authorities.After the preventive maintenance is ,
completed,a detailed report with recommendations,necessary correctives actions and repairs will be
presented to the Maintenance Superintendent.
RISE LO ENGINEERING SOLUTIONS Inc.maintains a comprehensive safety program to ensure that our
employees will work in a safe environment,adhering and complying with all the Safety Regulations
prescribed by the California Occupational Safety and Health Act(CALOSHAI It is highly recommended
that the company awarded this contract,due to the high voltage and electrical current present
throughout these Passenger Boarding Bridges,and/or Baggage Handling System,utilize two(2)
technicians at all times,in case of any emergency.
22
Page 102 of 112
104
As the successful bidder,and upon receiving notice to proceed,RISELO ENGINEERING SOLUTIONS, INC
will coordinate with the Airport Authorities and the Maintenance Superintendent to implement the
following implementation plan and project schedule for year 2016
Action Aug Sept Oct : Nov Dec tan Feb 7March April
2016 2016 2016 2016 2016 12017 2017 .� 2017 ! 2017
I x x Badgm backgroun
check vehicle Done Dane � I
permit
;- 1
Buy stock of parts X X
Done Done
Quarterly Inspection X X x
Ball screw X x
Inspection _
Pressure Washing X X
[he. schedule for years 2020 through 2021 fin case of contract extension);will utilue the same format.
Please note that we have not included any specific dates when these inspections will be performed,as
we would rather discuss with the Maintenance 5uperintendent for the most convenient dates for the
Palm Springs International Airport
Annual Inspection Calendar
Aston r April June September I December
_ -.
Quarterly X X j
Inspection
Pressure — X X- _
Washing
Semi-annual X
Inspection I
Annual X
Inspection
Communication
If RISELO ENGINEERING SOLUTIONS,Inc.is awarded this contract,we will keep the same quality service
we have provide for the last fifteen f 15)years;first as a sub-contractor,and then as a prime contractor.
Being a local company from Fontana,CA,less than 70 miles from Palm Springs International Airport.
with all the relevant experience our technicians have acquired throughout all these years on the
23
Page 103 of 112
105
passenger loading bridges and the baggage handling system at ESP,thee nd results will be reflected in
time savings to fix any problem that may keep the bridges out of service.
Ball Screw Inspection and/or Replacement(If Needed)Quality Control Program
This inspection will be performed as described in Chapter four of Service Bulletin u109 published by
FMC Technologies-1BT.The area shall be inspected for excessive wear,corrosion,cracking,pitting,
gouges,or brmelling.According to the manufacturer,this needs to be inspected using a handheld
magnification device.
Our Project Manager,a former Quality Control Manager and source Inspector for five years will be in
charge of implementing the Quality Control Program.In order to provide an efficient service foi our
customer's satisfaction,the process of inspecting the ball screws will be the first where we shall
implement our quality control program under this new contract.
Although not mentioned by the manufacturer,we are aware that the high stress and vibrations applied
to these ball screws when moving the bridge may cause surface-breaking cracks that are not visible to
the naked eye or magnifying devices.As part of our Quality control program,aside from the
manufacturers' recommendation,we will take an additional step and perform a Fluorescent Dye
Penetrator Inspection Such an inspection will be performed with use of ZYOLO FLUORESCENT DYE,
which complies with most Military specifications for fluorescent inspections,due to its sensitive nature.
1) Pre-Cleaning:
The whole test surface will be cleaned to remove any oil,grease or loose scale;these items may
cause irrelevant or false indications. For this cleaning method,the usage of biodegradable
solvents will be used.The end goal of this step is a clean surface where any defects present are
open to the surface,dry and free of contamination.
2) Application of Penetrator:
The penetrator is then applied to the whole surface of the ball screw being tested.The
penetrator will be allowed to soak into any flaws(generally 10 to 30 minutes) The soak time
mainly depends upon the area to be inspected and the flaws sought;smaller flaws require a
longer penetration time.
3) Excess Penetrator Removal:
The excess penetrator will then be removed from the surface.The removal method is controlled
by the type of penetrator used.We will use a solvent remover and lint-tree cloth,without
spraying or applying the solvent remover directly on the surface to be inspected.This will be
done in order to remove all the penetrator from the surface,the penetrator trapped in real
defects will remain in place.
24
Page 104 of 112
106
4) Application of Developer and final Inspection:
After excess penetrator has been removed,developer is applied to the surface under test for
possible cracks This developer should form a thin,even coating on the surface to be inspected,and
will draw the penetrator from defects out onto the surface to form a visible indication.We will
inspect the whole area of the ball screw,as recommended by the manufacturer,using an ultra violet
(Uv)black light.We will remove and replace if determined defective.
r
w
F
i
RISELO ENGINEERING SOLUTIONS,INC.Working on the installation of a New PLC Panel for a 100-Ton
PCAIR Unit
25
Service Schedule for Baggage Handling System
Page 106 of 112
107
BAGGAGE HANDLING SYSTEM (BHS) SERVICE SCHEDULE
Annual Inspection Schedule
Action Ma 2017 Ma 2018 Ma 2019 May 2020 May 2021
Annual Inspection X X X X X
Addendum #2 Acknowledgement Page
BY�ORDER
QOF THE CITY OF PALM SPRINGS, CALIFORNIA
BY
Procurement Specialist II
DATE: July 13, 2016
ADDENDUM ACKNOWLEDGMENT,
Proposer F irm Name: _A-7st�o t.-uC�.c•r�.�-•c�s,.�.,�;-.cis
Authorized Signature .'-
Date: /6- J
Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your RFP
being deemed non-responsive.
Page 106 of 112
108
Addendum #1 Acknowledgement Pape
CORRECTION:
On page 11 of 73 the table with the response times is here by deleted and replaced with
the following corrected table for NEXT DAY hours.
Time of Notification ` Required Response I,
Time _
<1100hrs . SAME DAY (4 hours of
call
>1100hrs and 0600hrs NEXT DAY
<2000hrs _ _
r> 2000hrs and 1000hrs NEXT DAY
<2300hrs -
`all times are local
KPSP
BY ORDER
`A
O�(RJ D�ERO�F THE CITY OF PALM SPRINGS, CALIFORNIA
'--1 " W
Procurement Specialist II
DATE: June 30, 2016
ADDENDUM ACKNOWLEDGMENT:
n
Proposer Firm Name l _ S L�[C OL� fy,-fig, !C.
Authorized Signature 1i
Date. ? 1 C
Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your RFP
being deemed non-responsive.
Page 107 of 112
109
ATTACHMENT"C"
'THIS FORM MUST BE COMPLETED AND SUBMITTED IN A SEPERATELY SEALED
ENVELOPE#2"Cost Proposal", NOTwith Envelope#1,Tachnicaliwork Proposal')
REQUEST FOR PROPOSAL(RFP#06-16)
PASSENGER LOADING BRIDGE AND BAGGAGE HANDLING SYSTEM
MAINTENANCE SERVICES
COSTPROPOSAL
Responding to Request for Proposal No. 06-16 Passenger Loading Bridge and Baggage
Handling System Maintenance Services, IANE will accept as full payment the following lump
SLIM payment for providing all labor, supervision, services, materials equipment. supplies,
installation. testing, and training to complete the Passenger Loading Bridge and Baggage
Handling System Maintenance and Inspection Services. The undersigned Proposer proposes
and agrees to provide all work and services necessary to deliver "describe here' as defined in
the Scope of Work herein.
NAME OF FIRM SUBMITTING THIS COST PROPOSAL:&pe:kD E.yc7/�Y. �pt�_iuc�s-
1. The Preventive Maintenance portion of this agreement will be an annual fixed price
agreement for the first three (3) year term of the contract. Compensation for the
Preventative Maintenance portion shall be calculated and paid to the Contractor in four
(4) equal quarterly payments. Cost must include any and all federal, state and local
taxes. For optional years 4 and 5, Contractor may request a price adjustment not to
exceed the Bureau of Labor Statistics Consumer Price Index (CPI) for the
LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary
date. Optional renewal years 4 and 5, and any associated CPI increase, are at the
mutual consent of the City and the Contractor.
Proposed Inenaction and Preventative Maintenance Per Year: r'
Total for All FMC Jetway Passenger Loading Bridges(8);$
Inclusive of Jet-Afro Preconditioned air units,
400HZ GPU's,Jet-Flow Potable Water Systems
and cable receivers.
Total for Baggage Handling Systems;Glldepath(3): $...
Total for Be ggage Handling Systems;Belt(6): $
TOTAL ANNUAL INSPECTION AND PREVENTATIVE MAINTENANCE AMOUNT-
S
�J J C--
(PRICE IN FIGURES)
�.Vf41 rY,41V,C 77-k 0r- fo 'Tf7L-t.t 04Lc C DIC t.-U F1111 .LL'//,r;5
(PRICE IN WORDS)
-- Re,i eLl ? Ib
Page 108 of 112
110
EXHIBIT "D"
SCHEDULE OF COMPENSATION
COST PROPOSAL
The Preventive Maintenance portion of this agreement will be an annual fixed price agreement
for the first three (3) year term of the contract. Compensation for the Preventative Maintenance
portion shall be calculated and paid to the Contractor in four (4) equal quarterly payments. Cost
must include any and all federal, state and local taxes. For optional years 4 and 5, Contractor
may request a price adjustment for OEM and Non-OEM parts not to exceed the Bureau of Labor
Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12
month period effective on the anniversary date. Hourly rates are subject to California State
prevailing wage adjustments. Optional renewal years 4 and 5, and any associated CPI increase,
are at the mutual consent of the City and the Contractor.
Proposed Inspection and Preventative Maintenance Per Year:
Total for All FMC Jetway Passenger Loading Bridges (8): $ 53,550.00
Inclusive of Jet-Aire Preconditioned air units,400HZ GPO's,
Jet-Flow Potable Water Systems and cable receivers.
Total for Baggage Handling Systems; Glidepath (3): $ 6,120.00
Total for Baggage Handling Systems; Belt (6): $ 14,680.00
TOTAL ANNUAL INSPECTION AND PREVENTATIVE MAINTENANCE AMOUNT:
$ 74,350.00
(PRICE IN FIGURES)
Seventy Four Thousand Three Hundred Fifty Dollars
(PRICE IN WORDS)
Ball Screw Inspection:
(One time only, within first 3 months of contract): $ 1,600.00 per ball screw (inspection only)
A telephone support hourly rate will be quoted separate from the Preventative Maintenance
portion of the work. In addition, the on-site trouble call (for non-routine maintenance
services) portion will be quoted as an hourly rate (both regular and non-regular hours),
portal to portal, not including parts. Cost of parts shall be itemized and submitted along with
labor costs for all trouble call work performed.
Telephone Support................................................................$ 0 /hour
On-call non-routine maintenance, portal to portal:
Monday through Friday 7:00 am-4:00 pm..................................$ 98.00 /hour
Page 109 of 112
111
Saturday-Sunday, and all other hours outside
of hours listed above.............................................................$ 125.00 /hour
Ball Screw Installation costs
(Each, upon inspection verification)..........................................$ 800.00 /hour
Identify your firm's pricing structure for: (i.e.: % discount? Other?)
OEM parts ............. + 5%
Non-OEM parts ..... + 5%
Non-routine maintenance and repairs are difficult to predict by their very nature. The contract
will provide for an allowance of estimated non-routine repair costs based on historical data. The
City may or may not use this allowance during the term of the contract. Penalty for non-
compliant response times will result in forfeiture of travel pay.
Page 110 of 112
112
EXHIBIT "E"
SCHEDULE OF PERFORMANCE
SCHEDULE OF WORK
a. Scheduled work shall be performed according to the Schedule of Performance
included in this RFP. Any work to be performed contrary to this schedule shall
be approved by the Contract Officer prior to such occurrence. The Schedule shall
be kept throughout the duration of the Contract, and if modified shall be
resubmitted to the Contract Officer for approval as required.
RESPONSE TIME
a. Response time for work requirements is dependent upon work priority and shall be
in accordance with the following standards:
(1) Emergency Work: 24/7 365 days a year - the Contractor shall have
available personnel to take action at the emergency job site within
four hours following notification by the Superintendent or designee.
(2) Non Routine Work: If notified before 1100 hours, same day, response
time is 4 hours from notification (4 hours minimum response):
after 1100hrs but before 2000, response time is before 0600 hours
next day. After 2000 before 2300, response time before 1000 hours
next day.
Time of Notification* Required Response Time
<1100hrs SAME DAY(4 hours of call)
>1100hrs and <2000hrs 0600hrs NEXT DAY
> 2000hrs and <2300hrs 1000hrs NEXT DAY
all times are local KPSP
Response time requires physical presence of Contractor Employees
as defined in Section VI above-
(3) All work is to be scheduled in a manner agreeable to the
Superintendent or Designee.
b. All work, once initiated, the Contractor shall maintain continued and steady
progress to ensure completion. Work schedules shall accommodate airline
schedules where the work will have the least impact on the airline's operation
whenever possible.
c. Non Routine Work shall be at the applicable labor hourly rate plus parts. This
hourly rate shall be provided in the cost proposal.
Page 111 of 112
113
Passenger Loading Bridge Inspection Maintenance Service Schedule:
Action Aug Sept Oct Nov Dec Jan Feb March April
2016 2016 2016 2016 2016 2017 2017 2017 2017
Badging/background X X
check/vehicle permit Done Done
Buy stock of parts X X
Done Done
Quarterly Inspection X X X
Ball screw X X
Inspection
Pressure Washing X X
The schedule for years 2020 through 2021(in case of contract extension); will utilize the
same format. Please note that we have not included any specific dates when these
inspections will be performed, as we would rather discuss with the Maintenance
Superintendent for the most convenient dates for the Palm Springs International Airport-
----- ---
Action April June September December
Quarterly
Inspection I X X
Pressure
Washing
X X
i
Semi-annual
Inspection X
I
Annual
Inspection j X
BAGGAGE HANDLING SYSTEM (BHS)SERVICE SCHEDULE
Annual Inspection Schedule
Action May 2017 May 2018 May 2019 May 2020 May 2021
Annual Ins ection X X X X X
The Preventive Maintenance portion of this agreement will be an annual fixed price agreement
for the first three (3) year term of the contract. Compensation for the Preventative Maintenance
portion shall be calculated and paid to the Contractor in four (4) equal quarterly payments. Cost
must include any and all federal, state and local taxes. For optional years 4 and 5, Contractor
may request a price adjustment for OEM and Non-OEM parts not to exceed the Bureau of Labor
Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12
month period effective on the anniversary date. Hourly rates are subject to California State
prevailing wage adjustments. Optional renewal years 4 and 5, and any associated CPI increase,
are at the mutual consent of the City and the Contractor.
Page 112 of 112
114