Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6102 - RISELO ENGINEERING SOLUTIONS INC CONTRACT SERVICES MAINTENANCE OF PASSENGER LOADING BRIDGES
AMENDMENT NO. 1 TO AGREEMENT NO. 6102 — RISELO ENGINEERING SOLUTIONS INC. PALM SPRINGS INTERNATIONAL AIRPORT THIS FIRST AMENDMENT is made and entered into as of the 1ST day of Octo- ber, 2014 (the "effective date") by and between the CITY OF PALM SPRINGS, a Cali- fornia charter city and municipal corporation ("City"), and Riselo Engineering Solutions Inc., (herein "Consultant') as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port') located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Professional Services Agreement No. 6102 for Passenger Boarding Bridge Maintenance Services ("Agree- ment'), as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following engineer- ing services for additional resident professional repairs for the equipment identi- fied in Task 1 for the baggage delivery carousel numbers 1 through 9. Task 2 re- habilitation and repairs for the baggage make—up belt system. Task 3 rebuild baggage system 5 in the airport ticketing wing. Task 1 Annual System Maintenance $ 17,801.36 Task 2 Rehabilitation of existing System $ 53,076.88 Task 3 Rebuild System 5 Bag-Make-Up $ 49,903.24 2. This amendment shall allow a total project sum up to $120,781.48 for necessary repair and maintenance services relating to the bag carousels and bag make-up belt systems. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] 'icilwT; EiIU Amendment No. 1, Riselo Engineering Solutions Inc. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING a municipal corpojation By �{! City Clerk City Manager PPROVE FORM: � APPROVED BY CITY COUNCIL By: 1 _y t I w a ity tto ey hk��/mil�g •�g CONTRACTOR: Check one: _Individual_Partnership 12< Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of the Board. President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financi fficer. J r By: By: 1 ,� of zed) signature (notarized) Title: / rY—��/®�'�-� Title: State of 6��w? / ;� 9 State of County of ��s� �'�� �jiyO County of On$ 0/ efore me, �T4V'A/_ y 07 4efore personally appeared 7�Q jJ7ED � 2 personally appeare proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the persons)whose name(s) evidence to be the person(s)whose names(s) isla,4 subscribed to the within instrument islwsubscribed to the within instrument and acknowledged to me that he/§X/!* and acknowledged to me that Kjshe/tb exe- cuted the same in he/I�Ytb0fr authorized executed the same in /her it aut orized capacity(is), and that by his/1 O/tlyff signa- capacity(is), and that by,4&/her�r signa- ture(s)on the instrument the person(s), or the tures(s)on the instrument the person(s)or the entity upon behalf of which the person(s) the entity upon behalf of which the person(s) acted, executed the instrument. acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under the laws of the State of California that the under the laws of the State of California that the foregoing paragraph is true and correct. a foregoing paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Si u Notary Sig / ea:MARGARITO SEGOVIA Notary Seal MARGARITO SEGOM Commbeion•2030828 E Commlesion M 2030926 1wNotary Public-C&MornN Notary Public•California San Bernardino County San Bernardino County Nly Comm.Expires Jun 25,2017 M Comm.Ex Nee Jun 25,2017 r i I I Exhibit A September 18,2014 City of Palm Springs Palm Springs International Airport Attn:Steve Bowser Deputy Director of aviation, 0&M 3400 E. Tahquitz Canyon Way Palm Springs,CA.92262 RE:Amendment to the current Agreement A6102 for the Loading Bridges Maintenance Service i i I FOR:The Maintenance of Baggage Handling and Conveyance Systems at the Palm Springs International Airport Dear Mr. Bowser i I RISELO ENGINEERING SOLUTIONS, INC. has been implementing preventive maintenance program,troubleshooting,servicing, repairing and providing phone technical support for i IIII baggage Handling systems and passenger loading bridges for the last sixteen (16)years. Working side by side and implementing a team player philosophy with management and technicians at different airports, our personnel has been able to provide solutions for all the sites needs..We possess a complete understanding of the rules already established by the Airport Authorities in the Airport industry.All the experience accumulated throughout the years working on Baggage systems and passenger loading bridges makes us confident that RISELO ENGINEERING SOLUTIONS, INC. is your.best option to continue with your trend of quality service. With ZERO LOST TIME ACCIDENTS and implementing our policy of"SAFETY BEFORE YOU OR ME"for the last sixteen (16)years while working on Baggage systems and passenger boarding bridges in the Airport industry in the Southern California region, RISELO ENGINEERING SOLUTIONS, INC.has conducted and will continue to conduct 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 are presently obtaining training in order to insure proper and safe methods to handle our different tasks on baggage systems and passenger 1 I i I loading bridges on a monthly basis. This regular training is conducted by management staff with years of experience lead by Mr. Romeo Lopez and Mr. Ivan V. Lopez. Due to his experience working in airport industry, and in order to continue the trend of quality service for the baggage system at the Palm Springs International Airport, RISELO ENGINEERING SOLUTIONS INC. has assigned Mr. Romeo Lopez as Project Manager. Mr. Lopez is a certified journeyman electrician,whose experience spans 18 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 Baggage Systems and passenger loading bridges,400 HZ Ground Power Units, Pre-Conditionings Airs units(known as PCAirs), Potable Water Cabinets, 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(NEC),along with basic and advanced electrical and electronics courses.With all these qualifications,we are assigning to this project one of the most experienced Project Managers that you can get in the industry for the Baggage Handling System at the Palm Springs International Airport. For the last 16 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 Baggage handling systems and passenger boarding bridges, at the Ontario International Airport,John Wayne Airport,Los Angeles International Airport, Meadows Field Airport in Bakersfield and here in Palm Springs Airport where our company was awarded the contract for three years with option of two years extension to provide service, maintenance and repair for the Passenger Loading Bridges, 400 HZ Ground Power Units, Potable Water Cabinets and Pre-Conditioning air Units(PCAirs) i We trust that with all the experience accumulated through the years working in the Airport industry,we will meet the necessary requirements to be awarded this contract.The vast experience of the assigned Project Manager,assigned personnel and detailed information about RISELO ENGINEERING SOLUTIONS, INC. is included in this proposal for the Amendment to the current Agreement A6102 i i If you need more information or have any questions, please do not hesitate to call us at(909) j 356-8827. Thank you very much I Romeo Lopez Genera Manager RISELO ENGINEERING SOLUTIONS,INC. 2 I I References 1)Los Angeles International Airport Contact: Mr. Roberto Coto LAX Terminal 1 Site Manager 100 World Way,Terminal 1 Room 328 Phone:(770) 361-6240 Los Angeles,CA 90045 Email: Roberto.Coto@vanderlande.com Description of scope of work: Maintenance service and repair of the baggage system at the terminal 1.This contract also included 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 (13) passenger boarding bridges,thirteen (13)45 ton PCAirs and ten(10)ground power units (GPUs),as needed. 2)Los Angeles International Airport Contact: Mr. Hugo Mendoza LAX Terminal 3 Site Manager PO BOX 445 Phone:(310)621-7012 El Segundo CA 90245 Email: Hugo.Mendoza@JBTC.com Description of scope of work: Maintenance service and repair of the baggage system at the terminal 3.This contract also included 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 (13) passenger boarding bridges,thirteen(13)45 ton PCAirs and ten (10)ground power units (GPUs), as needed. I f 3 jf I I r t i 3)Ontario International Airport Contact: Mr.Tony Ceja 2900 East Airport Drive Regional Director Ontario, CA 91761 Phone: (909)841-0956 E-mail:TONY.CEJA@JBTC.COM i Description of scope of work: Implementing preventive maintenance program according to manufacturer's requirements as detailed in FMCletway System Operation and Maintenance Manual since 2005. Responsibilities also included maintenance,service and repair of the baggage system. It also included troubleshooting, repairs and modifications of twenty six(26) passenger boarding bridges, twenty six(26) 45 ton PCAirs, twenty six(26)ground power units (GPUs)and twenty six(26) potable water systems,as needed. 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 I E-mail:Vonolaten@co.kern.ca.us Description of scope of work: Implementing preventive maintenance program according to manufacturer's requirements as detailed in FMCletway System Operation and Maintenance Manual since 2005. Responsibilities also included troubleshooting,repairs and modifications of three(3) PLCs passenger boarding bridges,three(3) PLC 50 ton PCAirs,three (3) PLC ground power units(GPU)and the baggage systems.We also provided telephone assistance and support. 1 4 I I Section C: Work Proposal RISELO ENGINEERING SOLUTIONS, INC. has assigned personnel with a minimum of five years of experience working in the airport industry for this project.All the technicians are very familiar with the Baggage systems. For this contract,we plan to implement the same maintenance program;we will also cover small repairs which can be addressed while the maintenance program is being implemented. In the event the Project Manager considers that a major repair needs to be done,the Superintendent will be notified in order to schedule future repairs. We shall also propose to the Superintendent the usage of parts from alternative manufacturers which meet or exceed the same specifications and with the same warranty of the original ! equipment manufacturers.A dedicated/assigned place at the Palm Springs Airport will be requested to keep a stock of parts that,according to our experience,are the most common replaceable parts. I ! i I � Project Schedule ! The Preventive Maintenance program will be implemented 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 technician already familiarized with Baggage systems similar to the ones used at Palm Springs International Airport.This will ensure that all work is j carried out by personnel with proper experience 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. i RISELO 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(CALOSHA). It is 5 highly recommended,due to the moving parts,high voltage and current involved on these Baggage systems that no matter what company is awarded this contract,two(2)technicians must always be present at any one time,or a Tech with an Apprentice in case of emergency. As the successful bidder,and upon receiving notice to proceed, RISELO ENGINEERING P g SOLUTIONS, INC.will coordinate with the Airport Authorities and the Maintenance Superintendent to implement the following implementation plan,and the project schedule for this year 2014.After the start of the operation;daily, weekly, bi-weekly,and monthly maintenance will begin per manufacture specs. Action Sept- October October October 2015 2016 2014 Badging/background Done heck/vehicle permit InventoryInspection/Buy stock X f needed parts tar annual Inspection X X Schedule for years 2016;the same format will be used. 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 and hours for the Palm Springs International Airport. i Preventive Maintenance and Initial Stage of the Program ( RISELO ENGINEERING SOLUTIONS, INC. will implement a preventive maintenance program on the Baggage System at the Palm Springs International Airport according to the OEM ("Original Equipment Manufacturer")specifications or similar.Although we understand the airport has no contractor taking care of the system,as a preventive measure as soon as we get the order to proceed we will start the preventive program by inspecting the complete system in order to find any deficiencies(If any), report to the authorities and take the necessary measures to repair or replace any defective or malfunctioning parts. 6 The hourly rate will be the same as the one stipulated accordingly to agreement No 6102 approved by the City Council on 6/11/2011.The rate will be Eighty-three dollars and thirty-four cents per hour ($83.34/1-111)per technician. Overtime and Holiday will be One Hundred and twenty-five dollars per hour.($125.00/HR)per technician. Task 1 Baggage System annual cost Baggage System 1 $ 1,500.12 _ Baggage System 2 $ 1,500.12 Baggage System 3 $ 1,500.12 Baggage System 4 $ 3,333.60 Baggage System 5 $ 666.72 Baggage System 6 $ 666.72 Baggage System 7 $ 2,500.20 Baggage System 8 $ 3,333.60 Baggage System 9 $ 2,000.16 Parts(lubricants,oil,etc) $ 800.00 Grand total annual cost $ 17,801.36 i i This cost includes two(2)Technicians performing annually inspection for all the nine baggage systems including traveling time. No major repairs or parts are included in this proposal. The hourly rate applied to these tasks will be the same rate applied to the current agreement 6102 as approved by the City Council on June 6u',2011 for the passenger loading bridges iFOR ALL THE BAGGAGE SYSTEMS 1 THROUGH 9:The following will be performed annually: 1) Motors *Check amperage and voltage consumption *Check winding insulation(Using Megger) *Check all wiring harness *Check overall state of motor 2) Gearbox/Speed reducers *Check proper oil levels 7 i *Check seal for any leakage i *Lubricate *Remove and replace oil as necessary 2) Clutch *Check for proper gap space *Check performance *Check wiring harness 3) Chain/Chain guide *Lubricate *Check for right tension/Adjust if necessary *Check Sprocket for wear and tear I j *Check chain guide for wear and tear *Check for metal shavings *Check overall state 4) Bearings/Housing *Inspect overall state *Grease *Check for metal shavings 5)Rollers *Inspect overall state *Grease and lubricate i f *Align if necessary i *Check for metal shavings 8 6)Belt/Belt lacing *Check overall condition of belt *Check belt tension/adjustment will be made if necessary *Check alignment to the belt *Check for debris or foreign objects trapped in between belt and bearings/rollers 7)Photoeyes *Check for proper response *Check overall condition *Check for sturdiness of position *Clean lenses and reflectors for proper operation 8) Firedoor *Check for proper function *Check all parameters for open and close *Lubricate *Adjustments will be made to the door if necessary i 9)Emergency Stops *Check for functionality i *Check for light indicator i *All Annual inspections will include cleaning of debris for all systems 9 i Task 2 Baggage system 1 Needs new chain guide Need to replace plates to system Total Material=$1,850.00 Total Tax=$166.50 Total Labor=$1,500.12 jGRAND TOTAL=$3,516.62 Baggage system 2 i Needs new chain guide ' 1 Need to replace plates to system Need to replace gearbox for it is leaking i Total Material=$3,250.00 Total Tax=$292.50 Total Labor=$1,833.48 GRAND TOTAL._$5,375.98 Baggage system 3 Needs new chain guide Need to replace plates to system Total Material=$1,850.00 Total Tax=$166.50 Total Labor=$1,500.12 { GRAND TOTAL=$3,516.62 Baggage system 4 i Ticket counter section 2 it is recommended to install 2 . more idle rollers 2 idle rollers Sidewalls on system loose. It must be secured with T- Bars. 10 T-Bars 12 metal rods must be replaced with 12 idle rollers 12 idle rollers 10 Front end roller on ticket counter section 3 worn. Needs to be replaced 1 drive roller J box cover missing on ticket counter section 3 motor J box cover Damaged sprocket needs replacement on curbside section 1-2(obsolete) sprocket Curbside section 3 belt worn. Needs replacement 30 feet of inclined belt(sticky) Curbside section 2-3 sprocket already damaged.Needs replacement(obsolete) Sprocket Damaged cover for chain needs replacement on curbside section 2-3 Chain cover Other costs Lacing-Pins,etc. ! Total Material=$4,195.00 Total Tax=$366.65 Total Labor=$4,750.39 GRAND TOTAL=$9,312.03 Baggage system 6 Belt must be replaced Takeup roller must be replaced !, Total Material=$2,784 Total Tax=$250.56 Total Labor=$666.72 I GRAND TOTAL=$3,701.28 Baggage system 7 Ticket counter section 1 belt worn replacement recommended 65 feet of belt PVC 150 Ticket counter section 1 front end roller bad needs replacement 1 front end roller/bearing/housing TSA section 2 belt needs to be replaced (42 inches wide) 60 feet of belt PVC 150(42 inches wide) TSA section 2 clutch going bad needs to be replaced 1 clutch TSA section 2 rollers are worn. Replacement recommended 2 rollers(obsolete) Other costs Lacing-Pins,etc. i Total Material=$4,805.00 Total Tax=$432.45 Total Labor=$2,833.56 GRAND TOTAL=$8,071.81 t I 11 Baggage system 8 Ticket Counter Rollers need grease fittings 10 Fittings Belt needs to be replaced at ticket counter 47 Feet of belt PVC 150 Curbside Section 1 belt with damaged lacing 40 Feet of Inclined belt(sticky) Curbside section 2 chain cover Missing 1 cover Curbside Section 2 belt needs to be replaced 60 Feet of belt PVC 150 Curbside Section 3 needs new Drive rollers 2 Drive Rollers TSA Section 2 Drive Roller going bad 1 Drive Roller 80 Inches wide Sprocket to TSA section 3 going bad 1 sprocket TSA section 3 front end roller and bearing needs replacement 1 roller/bearing/housing 2 Idle rollers on TSA section 4 need to be replaced 2 idle rollers Other casts Lacing-Pins,etc. Total Material=$5,940.00 Total Tax=$534.60 Total Labor=$6,500.57 GRAND TOTAL=$12,975.12 iBaggage system 9 i Ticket Counter Section 1 needs to be leveled N/A iTicket Counter Section 1 belt needs to be replaced 126 feet of belt PVC 150 Ticket Counter with rod support. Needs new Idle Rollers 3 Idle Rollers Ticket Counter tail and end roller going bad(Obsolete parts) 2 Rollers Motor/Gear box leaking.Needs to remove drywall to have access Gear Box i Other costs Lacing-Pins,etc. i Total Material=$5,022.00 Total Tax=$451.98 Total Labor=$4,853.72 I GRAND TOTAL=$10,307.70 i I I i Baggage system 5 must be replaced and all the information is under TASK 3 12 i { I TASK 3 Due to the poor condition of system 5 we highly recommend replace the whole system For the Demolition/Rebuilt System 5 Ticket Counter Replacement:The scope of work is as follow: i 1) Equipment Demolition: A) Disconnect and disable equipment electrically safe for mechanical demolition to begin. B) Remove and replace existing 28 LF of 31" BF conveyor with new 39" BF conveyor through an existing right of way that will require enlargement. Should be powered by shaft mounted motor and reducer on discharge end of conveyor(demolition, permits and reconstruction of tunnel walls to be done by airport maintenance) C) Recycle or discard of old conveyor section appropriately according to local laws and the airport rules D) Remove and replace existing conveyor MCP with new MCP E) Remove and discard old conduit containing existing conveyor wiring F) Remove and discard former MCP appropriately according to local law and airport rules I G) All materials, rentals and consumables are the responsibility of the airport or any subcontractor hired by the airport to perform the demolition work 2) New Equipment Receivable A) Palm Springs International Airport will be responsible to unload equipment from transport truck to designated storage in the airport premises where the airport allows.This area may be temporary. Riselo Engineering Solutions will be responsible to move equipment if necessary. 3) Equipment Installation A) Install incline conveyor to match up with 33" BF conveyor i j B) Raise existing 33"BF conveyor to 30"TOB(adjustable legs to be provided by Riselo Engineering) C) Install new control station stanchion and 4 push button control station D) Reinstall existing side guard on 33" BF conveyor 13 i E) Provide a static diverter to move bags from 39" BF to 33" BF conveyor 4) Electrical Installation A) Remove and replace existing control panel with new panel to control three motors, 1) New 39" belt conveyor,2) Existing OVH Security Door,3)existing 33"W.Conveyor B) Install On/Off functionality provided to control of existing security door with on/off key switch at induction point of conveyor C) Provide electrical connection for two new drives,existing drive and existing security door D) Perform functional testing for proper control station, PE and key switch Notes: I Necessary permits for demolition and construction of building walls and ceilings will be processed by the airport,or the subcontractor hired by the airport to perform this part i of the work i Airport responsible for verification and running electrical supply to MCP junction box(if necessary) i Airport to provide location of power feed to new MCP(if necessary). Building Modifications to be performed by the Airport or others and therefore EXCLUDED from quote. i Description price for parts Taxes Work hours Labor Cost Total New bed/belt system $ 18,150.00 $ 1,633.50 $ 89.00 $ 7,333.92 $ 27,117.42 l Controllers/MCP/Control Station $ 11,000.00 $ 990.00 $ 35.00 $ 2,916.90 $ 14,906.90 Removal/disposal of equipment $ - $ - $ 44.00 $ 3,666.96 $ 3,666.96 Electrical work $ 500.00 $ 45.00 $ 44.00 $ 3,666.96 $ 4,211.96 Total - $ 49,903.24 I I i I 14 I I PROFESSIONAL SERVICES AGREEMENT PASSENGER LOADING BRIDGE MAINTENANCE SERVICE IS PROFESSIONAL SERVICES AGREEMENT. ("Agreement") is entered into, and effective on U� 2011, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City') and Riselo Engineering Solutions Inc., a California Corporation ("Consultant"). City and Consultant 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 maintenance and repair services for the Passenger Boarding Bridges located at the Palm Springs International Airport,project("Project"). B. Consultant has submitted to City a proposal to provide maintenance and repair services for the Passenger Boarding Bridges located at the Palm Springs International Airport to City for the Project under the terms of this Agreement. C. Consultant 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 Consultant to provide such professional services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement,Consultant agrees to perform the professional 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, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 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 Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant'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 Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Consultant'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"d)the provisions of the City's Request for Proposal(Exhibit "B"); (3rd) the terms of this Agreement; and, (4") the provisions of the Consultant's Proposal (Exhibit"C"). 1.3 Compliance with Law. Consultant 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. Consultant 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. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any 1 Revised:6/16/10 720669A ORIGINAL BID ANDVOR AGREEWNT license,permit,qualification,or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant 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 Consultant's performance of the Work and Services required by this Agreement. Consultant 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, Consultant warrants that Consultant(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,Consultant warrants that Consultant 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 Consultant discover any latent or unknown conditions that will materially affect the performance of the Services,Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the tern 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. Consultant 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 from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant,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 Consultant. 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 Consultant 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,Consultant 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 One hundred ninety three thousand, four hundred one Dollars, ($193,401.00) ("Maximum Contract Amount") for the full fixed fee 5 year term, except as may be provided under Section 1.8, and for on-call non-routine services that shall be compensated at the stipulated hourly rates. 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 Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings.Consultant accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates, that Consultant 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 city's payment obligation under this section is the amount specified in this Agreement. If the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, Consultant shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation(Exhibit"D"), in any month in which Consultant wishes to receive payment, Consultant shall submit to 2 Revised:6/16/10 720669A 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 Consultant 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 Consultant 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 Consultant's profession. 2.4 Ayoronriations. 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 Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance(Exhibit"E"),incorporated by reference. 3.2 Schedule of Performance. Consultant 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 Consultant, 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 Consultant(financial inability excepted) if Consultant,within ten (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. 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 Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement,however caused,Consultant'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(3) years with two (2) additional one(1) year options 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 Consultant thirty (30) days written notice. Where termination is due to the fault of Consultant 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 Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall 3 Revised:6/16/10 ]20669.1 immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice,Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. Consultant 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 Consultant may determine. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Romeo Lopez, Project 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 Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant 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"). Consultant shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Consultant shall refer any 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 Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant 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. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant 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 Consultant. City will deal directly with and will make all payments to Consultant. 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 Consultant,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 Consultant or any surety of Consultant 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 Consultant a City employee. A. During the performance of this Agreement, Consultant 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 Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees,or agents shall have control over the conduct of Consultant or any of its officers,employees,or agents,except as set forth in this Agreement. Consultant,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 Consultant's employees, servants, representatives,or agents,or in fixing their number,compensation,or hours of service. Consultant 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 Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not have any authority to bind City in any manner. This includes the power 4 Revised:6/16/10 n_o669.i to incur any debt,obligation,or liability against City. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, 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 Consultant's officers, employees, servants, representatives,subcontractors,or agents,Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurauee. Consultant 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 Consultant's performance of Work under this Agreement,including Consultant'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 Consultant 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. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for professional 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. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional 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) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or(b) if Consultant does not provide the certification under(a), Consultant shall procure from the professional 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, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms 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. Consultant 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. Consultant 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 Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers'Compensation Insurance Requirement form. 5 Revised:6/16/10 710669.1 C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full 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 ($2,000,000.00)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. Consultant 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. Consultant 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. Consultant 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 evidence of pending claims and claims history as well as evidence of Consultant'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 Consultant under this Agreement: 5.3.1 For any claims related to this Agreement,Consultant'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 Consultant'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 Consultant 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 subrnintdAa th ity Manager and approved in writing. 5.3.5 Consultant 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 Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is 6 Revised:6/16/10 720669.1 provided in conformity with the requirements of this section. Consultant 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 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant 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. 5.3.8 Consultant 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. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under 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 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant 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 Vil,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- Consultant 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 Consultant'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 qfficials, employees, and agents are named as an additional insured..." C'as respects City of Palm Springs Contract No. , "or for any and all work performed with the City"maybe included in this statement). 720669.1 7 Revised:6/16/10 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._"or'jor any and all work performed with the City"maybe 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 agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Consultant shall defend(at Consultant'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 (Consultant'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 omissions committed by Consultant,its officers,employees,representatives,and agents,that arise out of or relate to Consultant'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 Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination 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 DesiLm Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a design professional services agreement"and Consultant is a"design professional"under California Civil Code Section 2782.8,then: A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant'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 (Consultant'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 Consultant,its agents,employees,or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement("Indemnified Claims"),but Consultant'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 Consultant shall require all non-design-professional sub-contractors, used or sub- contracted by Consultant 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, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement,to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement,as well as any other insurance that may be required by Contract Officer. 720669A 8 Revised:6/16/10 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant 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. Consultant 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. Consultant acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason,Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant 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 Consultant is providing design services, Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Consultant 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 Consultant,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. Consultant 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 Consultant will be at the City's sole risk and without liability to Consultant,and the City shall indemnify the Consultant for all resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Consultant fails to secure such assignment,Consultant shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings,specifications,reports,records,documents,and other materials prepared by Consultant 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 Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City,Consultant shall provide City,or other agents of City,such access to Consultant'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 Consultant's performance under this Agreement. Consultant 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 Consultant 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 mnstmed_as a whole according to its fair language and common meaning to achieve the objectives and 12 moses 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 9 Revised:6/16/10 720669A 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. 83 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify, Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant 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. Consultant 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. B. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement,City may,after compliance with the provisions of Section 8.3A,take over the work and prosecute the same to completion by contract or otherwise. The Consultant 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 Consultant 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 Consultant shall not limit Consultant'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 full provisions. 8.5 Rights 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 Legal 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 Fees. 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 consultant 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. 9. CITY OFFICERS AND EMPLOYEES:NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant,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 Consultant or to its successor,or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of interest. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which 10 Revised:6/16/10 720669.1 he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that Consultant 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. 93 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant 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, or national origin. 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 Copyright Infringement. To the fullest extent permissible under law,and in lieu of any other warranty by City or Consultant against patent or copyright infringement,statutory or otherwise: A. It is agreed that Consultant 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 Consultant shall pay all costs and damages finally awarded in any such suit or claim,provided that Consultant is promptly notified in writing of the suit or claim and given authority,information and assistance at Consultant'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 Consultant. However, Consultant 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 Consultant when it is such use in combination which infringes upon an existing U.S.letters patent or copyright. B. Consultant 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 Consultant's expense. Consultant shall not be obligated to indemnify City under any settlement that is made without Consultant'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,Consultant,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 City: 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 Consultant: Riselo Engineering Solutions,Inc. PO Box 2019 Fontana,CA 92334 Attention: Romeo Lopez Telephone:909-356-8827,Facsimilie 909-356-8826 11 Revised:6/16/10 7?0669_I 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 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 Party 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 rtersnn not a nano to this Agreement. 10..1-Recitals The above-referenced Recitals are hereby incomorated into th A m nt as ho h fi Ily set forth in this Agreement and each Party acknowledges and amg,,s that such Party is bound, for purposes of this Agreement,by the same. 10.5. Corporate Authority. Each of the undersigned represents and warrants that(i) 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. 12 Revised:6/16/10 72U669A IN WITNESS WHEREOF,the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: JUT a01� By: - c �� David H.Ready City Manager APPROVED BY CITY COUNCIL 6A-11 a3 PL16kq APPROVED AS TO FORM: ATTEST �1Douglas C.Holland, James Thompson, U 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 from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: /R �97 c l SE4-0 f�E /.U���.U}I0�'l l� Check one Individual_Partnership [Corporation TO, 3ax�pl9 Address 9z 33�f r � By y o ignature(Notarize 13 Revised:6116/10 720669.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Cal€fcomia County / 1d� L�iS� �7 �� on D/o O / before rrrt3, �i9� �IiQOC �D . OH�G/ 1� lG / Haierosl Ne oWTI Wpm pkx / personally appeared �d a rtan,.frl asrne who proved to me on ftIS besIS of satisfactory evidence to be he person(e) whose name(s)yare subscribed to the within instrument and admowledged to me that mmailed the same in~Mw arthorized ataty(ies),and dud by #p&&elf sgnature(s)on the MARVI O SEOOVIA Instrument the pers*s), o the entity upon behait of 1G1l5 which the person executed s)acted, the instrument. No"Pilbk-CIMNOfaln 1 certify under PENALTY OF PERJURY under the laws So Bwwdk O OWly of the State of Caiffornfa that the foregoing paragraph is My Con.Batka Aar 2E,2013 true and correct WITN my rid and oif Sign wx-NWaN anti rmaa strpewr-c No�' wort OPTIONAL -- Though ft lnlmmarion Maw is nor ra t#rad by 19W.k may Prove valuable to persona mkkq on dre doavment and could provard 1 a&lenf sa inland resaechmare of Ibis brm to amflwdoaff rent Description of Atfac merst Tide or Type ofpocumen�0 © � Document Data: of I Number of Pages: ' Signer(s)Other Than Named Above: +---__..-_------ Capecity(iss)Claimed by Signer(s) Signer's Name:_ Signer's Name: _. 0 Individual _Individual ❑ Corporate glicer—Tillei G Corporate Officer—Tide(s): 0 Partner-0 Limited 0General Pararer—❑Limited 0General 0 Attorney in Fact 71 Attorney in Fed 0 Trustee Tocot meets bare Trustee 1Top fmrcb hm U Guardian or Conservator Guardian or Conservator 0 Other. - ❑Other: Signer Is Representing: Signer Is Representing: oawrrauwni xonn�soo.wwo.sme+tie.naa.zmz.ena�r.ra msissna2.nw,NnmiuNor.svq rossssT naa..,esr�lse<teooars�zr 14 Revised:6116110 720669.1 EXHIBIT"A" SCOPE OF SERVICES 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 preventive maintenance and on-call repair of eight (8) FMC Jetway Passenger Loading Bridges 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 Preventive Maintenance of: (1) Eight (8) Passenger Loading Bridges and related equipment, according to manufacturer's requirements and as detailed in FMC Jetway Systems Operation and Maintenance Manual. (2) Six (6) 45 ton and two (2) 75 ton Jet-Aire Preconditioned Air units. (3) Eight (8) Jet-Power 400HZ Ground Power units. (4) Eight (8) Jet-Flow Potable Water Systems 'See Section Vlll, page 24, for appropriate FMC maintenance SOP checklists for standard operating procedures. b. All necessary support services, supplemental to Palm Springs International Airport Technical staff 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. 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 or catastrophic causes. f. Repair and replacement of components which may have become worn or damaged due to the general operating environment of aircraft support, including but not limited to: 400HZ nose pieces and cable, retriever cable, PCAir hose and connections, potable water hose and nozzles, thermocouple and cable etc. g. Non-routine corrective repairs are excluded from the base scope of preventative maintenance work and pricing. All non-routine repairs will be invoiced to the city on a time and materials basis, per the schedule of compensation. 15 h. Perform Ball Screw inspection within the 1S' six (6) months of contract. This inspection shall be in accordance with FMC Technologies Service Bulletin # 109 Attachment "D". i. Contractor shall be limited to 2 hours travel per day per non-routine maintenance callout. j. Painting of loading bridges is not included in Scope of Service under this contract. Painting of bridges will be performed by Airport. k. Per applicable provisions of the Palm Springs City Charter and Municipal Code, prevailing wage rates are not applicable to this agreement. 16 EXHIBIT"B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#10-11 PASSENGER LOADING BRIDGE MAINTENANCE SERVICE NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified firms to provide the City with Passenger Loading Bridge Maintenance services at the Palm Springs International Airport. PROJECT LOCATION: All work shall take place at Palm Springs International Airport, 3400 Tahquitz Canyon Way, Palm Springs, CA, 92262. SCOPE OF SERVICES: The scope of work will consist of all necessary preventive maintenance and on-call repair of eight (8) FMC Jetway Passenger Loading Bridges and related equipment at the Palm Springs International Airport. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the internet at www.paimspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8374. Upon downloading the RFP via the internet, contact Leigh Ann Gileno, Procurement Specialist II, via email at LeighAnn.Gilenoto'�oalmsoringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals(RFP)format. Accordingly,firms 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 reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. A non-mandatory Pre-Proposal Conference will be held at the Airport Conference Room (2ntl floor — Center Terminal) at 9:00 AM on Monday, March 21, 2011 and will include a tour of the Airport Loading Bridges to acquaint prospective Proposers with site conditions. Parking ticket validation will be provided at the meeting. Attendance is strongly encouraged. Failure of a Proposer to attend the pre-proposal conference shall constitute acceptance of all pre-exisbng site conditions and shall constitute a waiver of any and all future claims relating to said conditions. No variation in a proposal submitted shall be permitted based on a claim of ignorance. The Airport is located at 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92264. The conference room is located on the second floor above the main lobby entrance of the airport. This will be the only site visit scheduled. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, WEDNESDAY, APRIL 13, 2011. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 1120 calendar days from the due date of proposals. A-22 - 'gor, 0a� Leigh Ann Gileno, Procurement Specialist 11 March 14, 2011 17 CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP)#10-11 PASSENGER LOADING BRIDGE MAINTENANCE SERVICE Requests for Proposals (RFP #10-11), for passenger loading bridge maintenance services to perform the preventive maintenance and on-call repair of eight (8) FMC Jetway Passenger Loading Bridges and related equipment at the Palm Springs International Airport for the City of Palm Springs, CA, (hereinafter the 'RFP") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, WEDNESDAY, APRIL 13, 2011. 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 RFP proposals. Telegraphic, telephonic, faxed or emailed RFP proposals will not be accepted. Late RFP 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 firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified firms to provide the City with passenger loading bridge maintenance services related to the Palm Springs International Airport FMC Jetway Passenger Loading Bridges (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 related equipment at the Palm Springs International Airport. SCHEDULE: Notice requesting Proposals posted and issued ................................................... March 14, 2011 Pre-Proposal Conference.....................................................Monday, March 21, 2011, 9:OOA.M. Deadline for receipt of Questions........................................Tuesday,April 5, 2011, 3:00 P.M. Deadline for receipt of Proposals .................................Wednesday, April 13, 2011, 3:00 P.M. Short List/ Interviews/, *if desired by City ..........................................................to be determined Contract awarded by City Council ...................................................................... to be determined *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Technical Proposal envelope. ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a separately sealed envelope—do NOT include this with your Technical Proposal. ATTACHMENT"D"—Ball Screw Inspection Service Bulletin#109. ATTACHMENT "E"—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 1.5 million passengers each year with approximately 60 percent of this traffic occurring between the months of December through 18 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. The current maintenance contract will be expiring soon and the City is now seeking proposals for scheduled and unscheduled maintenance of these loading bridges. I. 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 consist of eight (8) 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 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 19 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 preventive maintenance and on-call repair of eight (8) FMC Jetway Passenger Loading Bridges 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 Preventive Maintenance of: (1) Eight (8) Passenger Loading Bridges and related equipment, according to manufacturer's requirements and as detailed in FMC Jetway Systems Operation and Maintenance Manual. (2) Six (6)45 ton and two(2) 75 ton Jet-Aire Preconditioned Air units. (3) Eight(8) Jet-Power 400HZ Ground Power units. (4) Eight(8) Jet-Flow Potable Water Systems *See Section Vill, page 9, for appropriate FMC maintenance SOP checklists for standard operating procedures. b. All necessary support services, supplemental to Palm Springs International Airport Technical staff 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. 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 or catastrophic causes. f. Repair and replacement of components which may have become worn or damaged due to the general operating environment of aircraft support, including but not limited to: 400HZ nose pieces and cable, retriever cable, PCAir hose and connections, potable water hose and nozzles, thermocouple and cable etc. g. Non-routine corrective repairs are excluded from the base scope of preventative maintenance work and pricing. All non-routine repairs will be invoiced to the city on a time and materials basis, per the schedule of compensation. h. Perform Ball Screw inspection within the 1" six (6) months of contract. This inspection shall be in accordance with FMC Technologies Service Bulletin # 109 Attachment"D". 20 i. Contractor shall be limited to 2 hours travel per day per non-routine maintenance callout. j. Painting of loading bridges is not included in Scope of Service under this contract. Painting of bridges will be performed by Airport. k. Per applicable provisions of the Palm Springs City Charter and Municipal Code, prevailing wage rates are not applicable to this agreement. II CONTRACTOR'S RESPONSIBILITY a. General Maintenance: Contractor will be responsible for ensuring all work performed on the Passenger Loading Bridges is conducted in a first class manner, in accordance with manufacturers' recommendations and these specifications, and that upon completion of maintenance activity, the Loading Bridges perform to the specifications for which they were designed. b. Preventive Maintenance: 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 for approval. The services shall be performed diligently and without unnecessary delays during periods scheduled for service. The PM program approved by the Superintendent 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 Schedule of Performance included in this RFP. Contractor personnel shall work continuously until the critical malfunctions are corrected. d. Where it is evident that safety, reliability or efficiency can be improved through capital investment in equipment, Contractor shall call such matters to the attention of the Airport Maintenance Superintendent. e. Contractor shall have a minimum of five (5) consecutive years of recent experience in the maintenance and repair of similar equipment. f. Contractor shall provide the required personnel and equipment for regular preventive maintenance and on-call emergency corrective repairs on a 24-hour basis, 7 days per week, as per the Schedule of Performance included in this RFP. 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 storage area for the purpose of storing spare parts & 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. 21 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. j. Contractor shall submit a preventive maintenance report at the end of each scheduled PM, detailing the repairs, adjustments, parts used, and inspections performed. k. All labor provided will have a 60 day warranty. Ill. SPARE AND REPLACEMENT PARTS a. Contractor shall demonstrate the availability of adequate parts and service facilities in the Southern California area to properly service all aspects of the system. 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 and free from defects. Contractor shall obtain Airport Maintenance Superintendent approval prior to purchasing or installing parts that are not new and/or of the same manufacture as original. 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 Airport Maintenance Superintendent. d. Parts must meet OEM specifications, however, they do not need to be purchased from the OEM supplier. e. The Airport will not invest in an inventory of critical spare parts for the Contractor's use. The expectation is that parts will be available through the Contractor on an as needed basis for the equipment to be maintained under this agreement. 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 PBB 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. 22 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 on the various equipment to be serviced under this agreement. 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. SPECIAL SECURITY REQUIREMENTS a. SECURED ACCESS TO WORK AREAS 1. The areas in which work is to be performed are considered secure areas in accordance with Federal Aviation Administration security guidelines. The contractor must comply with all of the following security related procedurestconditions. a. 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. b. 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 for each badge. All SIDA badges remain the property of the Airport and shall be surrendered to Airport Operations upon completion of contract. To obtain a SIDA badge, each contractor employee must have satisfactorily undergone the fingerprint CHRC and successfully completed required 2 hour training on airport security. Attendance of the class and issuance of the security identification badge may take longer than two (2) hours per person. Airport SIDA forms are available on the internet at: http://www.paimspringsairport.com/ops_security.htmi C. 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. 23 d. 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 company 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(cDpalmsprings-ca.aov. 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 VIP(a)palmsprinas-ca.gov. An information package is also available for reference. All vehicle permit fees must be paid at the time of issuance. e. 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. Contractor shall utilize a radio communications system supplied by the Palm Springs Airport during all work performed. 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 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 if necessary, have access to these manuals independently. 24 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 firms 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. Firms 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 subcontractors) qualifications and experience, including references (20 POINTS) B. Proposal Organization, conformance with the RFP instructions, and demonstrated Understanding of the overall project and requested Scope of Work (15 POINTS) C. Work Proposal (20 POINTS) D. Project Schedule (15 POINTS) E. Local Preference (5 POINTS) Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section F.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. F. Cost Proposal (25 POINTS) 25 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 firms 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: Firms 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 '/2 X 11 format, may be no more than a total of twenty-five (25) sheets of paper (double sided is OK), including a cover letter. NOTE: Dividers, Attachments included in this RFP that are to be submitted with the proposal, Addenda acknowledgments and the separately sealed Cost Proposal do NOT count toward the page limit. Interested firms shall submit SIX (6) copies (one marked "Original" plus five(5)copies)of its proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, 'RFP #10-11, REQUESTS FOR PROPOSALS FOR Passenger Loading Bridge 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) • Technical/Work proposal — describe in detail your approach and understanding of all necessary tasks and steps involved in the project; include a list of deliverables • Related Experience; include relevant experience date, name of agency, and reference name/contact information Envelope#2, clearly marked "Cost Proposal',shall include the following item: • Cost proposal — see (Attachment "C') provide a Cost Proposal that includes all costs associated with providing all labor, supervision, services, materials equipment, supplies installation, testing and training to complete 4 quarterly jet bridge inspection and routine maintenance. • An itemized cost proposal to be quoted separate from the preventative maintenance portion as detailed in Attachment"C" at an hourly rate for non-routine maintenance and repair cost for on-site trouble calls. • Do NOT include Attachment "A" or Attachment "B" in the Cost Proposal envelope. Attachments "A" and "B"are to be included in Envelope#1, 'Technical/Work Proposal'. At a minimum, firms 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 and E (*if Local Preference is applicable) below: SECTION A: 26 FIRM, STAFF, TEAM (including any subcontractors) QUALIFICATIONS AND EXPERIENCE, INCLUDING REFERENCES 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, specifically identifying experience with relevant projects successfully completed of similar size and scope. Contractor shall have a minimum of five (5) consecutive years of recent experience in the maintenance and repair of similar equipment. A.3 Indicate the name of any sub-contractor firms or contractors 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. A.4 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. A.5 Include a minimum of three (3) references of recent customers for who your firm has provided similar Passenger Loading Bridge Maintenance services as contemplated herein. 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: PROPOSAL ORGANIZATION, CONFORMANCE WITH RFP INSTRUCTIONS, AND DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT AND REQUESTED SCOPE OF WORK B.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. B.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. B.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 C: WORK PROPOSAL CA 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 proposed plan and technical approach, inclusive of all necessary materials, detailed proposed equipment list, and all labor (work plan) necessary to fully execute and provide maintenance services for the passenger loading bridges 27 as requested in the scope of work. Identify all tasks and sub-tasks required to successfully implement all phases of the project. C.2 Contractor shall demonstrate the availability of adequate parts and service facilities in the Southern California area to properly service all aspects of the system. SECTION D: PROJECT SCHEDULE DA Proposer shall provide a detailed Project Schedule for quarterly service and Project Report that will include all tasks and sub-tasks, as well as equipment lead-time, installation, and testing for the quarterly jet bridge inspections. D.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. D.3 Discuss your quality control methods to ensure consistent and accurate final results. SECTION E: LOCAL PREFERENCE EA Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant 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 consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant 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 consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and sub-consultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms 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. E.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 F below: SECTION F: COST PROPOSAL(*see instructions in Section 7 above and Attachment"C") F.1 The cost proposal (in a separate sealed envelope) shall be a defined as a "Lump Sum', with an itemized rate to be quoted separate from the preventative maintenance portion as detailed in 28 Attachment "C" at an hourly rate for non-routine maintenance and repair cost for on-site trouble calls as well as cost for Ball Screw replacement. 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. 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,WEDNESDAY, APRIL 13, 2011. 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 firms 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: City of Palm Springs Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Leigh Ann Gileno, Procurement Specialist II PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM, AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY PROPOSALS ON FRIDAYS (OR WEEKENDS AND HOLIDAYS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A PROPOSAL BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. QUESTIONS: Firms, 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 Ann Gileno Procurement Specialist II 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 orviaEMAIL: LeighAnn.Gileno(ccDoalmsoringsca.aov 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, April 5. 2011. 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 "E"). Please note that the Exhibits are intentionally 29 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. TERM: The term of any Contract resulting from this solicitation will be 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. 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 firms 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, may be made public after the review process has been completed, negotiations have concluded and a recommendation for award has been officially agendized for City Council consideration, and/or following award of contract to a specific firm, if any, by the City Council. 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. 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". 30 INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms 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. 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. 31 ATTACHMENT"D" Service Bulletin#109 FMC TECHNOLOGIES—JETWAYO Ball Screw Inspection A. Description This service bulletin is to clarify time intervals and inspection procedures for ball screw assemblies used in FMC Technologies-Jetway® Passenger Boarding Bridges. B. Effectivity 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. 32 Service Bulletin#109 FMC TECHNOLOGIES-JET«%AY* Ball Screw Inspection A Nuik-sr%-Failure to perform this inspection as outlined. could result in failure of the ball screw. Failure of the ball screw can cause the bridge to drop andior rack causing damage to equipment and serious injury to personnel. FMC Technologies—Jetwaye,strongly recommends that these inspection procedures be followed a t THOROUGHI.YCLEAN AND INSPECT THIS AREA FOR EXCESSIVE WEAR, CORROSION,CRACIGNG, PtrnNG,GOUGES,OR BRINEWNG USING HANDHELD MAGNIFICATION DEVICE, Figure 1 33 O� ?ALM sp y2 U � N REQUEST FOR PROPOSAL(RFP 10-11) FOR PASSENGER LOADING BRIDGE MAINTENANCE SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and thformational items: THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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 fnNowing questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Who is responsible for the maintenance of the carpets and lights on the inside of the loading bridge? A 1: The Airport Maintenance Staff maintains all lighting and floor upkeep inside of the loading bride. Q 2: Who is responsible for the tires and rollers on the loading bridge? A 2: The Airport staff will maintain the tires and rollers on all loading bridges. Q 3: Does the Airport have on hand an A Framee for loading bridge maintenance and repairs? A 3: Yes the Airport has an A Frame available for bridge maintenance and repairs. Q 4: Does the Art Staff perform any type of daily, weekly or bi-weekly preventative maintenance inspections? A 4: Airport staff review loading bridges weekly and perform preventative maintenance bi-weekty or as needed. Q 5: Who performs the back flow testing? A 5: The Airport O 6: Will the Contractor be responsible for changing out the fitters? A ti: Yes O 7: Would Contactor have to respond immediately for limit switches if alarmed? A 7: No. Airport staff handles all immediate alarms. BY ORDER OF TH C1TY OF PALM SPRINGS, CALIFORNIA LeLo AAn'-016im Procurement Spedalist 11 DATE: March 21, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Racerpt of Addendum 1 Is re"red by signing and Including the w3mmaledgment with yaw suixnlwal,or you may also acknowledge the Addenda on the bottom of Attachment A. Fadme to acmowretge this Addendum may result In your submittal being deemed non-msponsive. 35 i ?ALAI Qt Saq E v REQUEST FOR PROPOSAL(RFP 10-11) FOR PASSENGER LOADING BRIDGE MAINTENANCE SERVICES c4rrrokN`P ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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 CRY has recefved the following questions and is hereby providing answers thereto., RESPONSES TO QUESTIONS RECEIVED TO DATE- 0 1 (a): In regards to the Insurance requirement, "do we need to provide proof of insurance with the proposal?', or(b)can this be done after the contract is awarded? A 1(a): No. As stated on page 15 of the RFP documEnL- "...The successful Pr000ser will be requited to comply with these provisions.' (b) Yes. Insurance will be collected at the time of award. O 2: On page 8 of 41 under IV Employees (d) States that the personnel shall possess factory certifications on the various equipment to be serviced under this agreement. I have the certification you speak of however we ham employees with 5 or more years of experience, but unfortunately, they do not have the piece of paper that certified them. What is our situation here? How we can solve this issue with our employees and comply with this requirement.) Is my certification good enough,to cover this requirement? A 2 We require factory cartifrcadon or proof of process for certflfcatim for all technicians. In all eases, work perfomed requires factory certificated techniciaWs on site to conduct the required tasks of this agreement, to assure aff work is performed and signed off In accordance with factory speaflcation or recommendations. Nis up to the successful proposer to work with their respective employees and the ce/tifymg agency to obtain and provide a copy of the required certification, or Proof of process for certification. No, your singular certification would not cover or represent other technicians to meet this requirement. 8Y R E ITY OF PALM SPRINGS,CALIFORNIA Ann Gileno Procurement Specialist it DATE: March 24,2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Dom: Acknowletlpnmm of Receipt of Addendum 2 is requind tq signing and in-eluding the m2mordedgmen with your submgtal,or You may also acknowledge line Addends en the bottom of Ainchment A. Fallen to acknowledge lids Addendum may result in your submit being deemed nowesporalm OF PALM S� REQUEST FOR PROPOSAL(RFP 70-11) FOR wg_ PASSENGER LOADING BRIDGE MAINTENANCE SERVICES C'9(rFORK�p ADDENDUM NO.3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS ANDIOR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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. CLARIFICATIONSICORRECTIONS/REVISIONS TO RFP DOCUMENT: The City is hereby correcting our response to question#2 of Addendum#2 to state: A 2: We rewire factory certification or proof of process for certtffcation for aff technician& In all cases, work performed requires factory Cetificated tachnfciarrfs on s#e to conduct the required tasks of this agreement, to assure alt work is performed and signed off in accordance with factory specification or recommendations. it is up to the successful proposer to work wfth their respective employees and the sertoy ing age:asy factory to obtain and provide a copy of the required factory rGrtifrcatfon, or proof of process for cent cation. No, your singular cerhfrcation would rot cover or represent other technk fans to meet this requirement. The City has received Ohs following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Will certification by the Training Department of the factory meet the requirement of the proposal on page 8 of under IV Employees. Our company is a manufacturer of Passenger Loading Bridges with a factory. Units have been installed and maintained by our company in all parts of the world. A f: Yes BY ORDER F THE CITY OF PALM SPRINGS,CALIFORNIA e' h Glen Procurement Specialist II DATE: March 28,2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: pate: Acknowledgment of Receipt of Addendum 3 is required by sig ing avid kudrtling the aeknowtodgmeM with your submittal,or You may abo acknowledge,Ure Addenda en the botbwo of Attachment& Failure to acknowledge We,Addendum may regult in your WAMINN beft deemed acn+eeportailm . i OF 4ALM SA ie REQUEST FOR PROPOSAL(RFP 10-11) FOR 4, w PASSENGER LOADING BRIDGE MAINTENANCE SERVICES cgtvFOR�iP ADDENDUM NO.4 This Addendum is being issued for the following changes and intormational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Business Memo, paue 16 of 41: This section indicates that the selected firm will be required to be licenses in accordance with the City of Palm Springs Business License Ordinance. Question: Is this requirement to be met at time of entering into a contract with the City or is the license to be provided with the bid? Al: The City of Palm Springs requires the Business License to be submitted from the selected rmn at lime of entering 6rto the contrad. Q 2: Pavment and performance bonds; Please indicate if payment and performance bonds shall be required from the awarded bidder. A 2: The requirements for payment and performance bonds are hereby waived. 0 3: Sales and Use Taxes: Please indicate if the City of Palm Springs holds any sales tax exemption certificate issued by the State of California or if sales taxes shall be added to the bid price. A 3: The City of Palm Springs is not exempt from sales tax. Pursuant to RFP 10-11 page 18 of 41, Item 1. 'Cost must include any and aN Federal, State and Local taxes." 04: Insurance seetion 5.1 pane 26 of 41• Professional liability is required for this project. Question: Oir general Natality policy covers all claims raised from defects in our product. This same insurance coverage has been provided and accepted in many other projects with some scope of work. Please confirm that you would accept General liability in lieu of professional liability. A 4. The Professmat liability(Errors and Omissions) insurance requirement is hereby waived. AN other insurance requirements are applicable and required 0 5: Insure ction 6 11 pap- 28 of 4' Please confirm if this requirement will be waived in case we provide a per protect endorsement A 5: Yes 0 6: Addendum#3 states all employees or personnel to work on the passenger loading badges must be factory trained. How does this apply to subcontractors? Because none of which that we have approached have been trained by FMC. So when you refer to factory does this mean FMC trained? A 6: To qualify our previous response, we require trained certificated technicians (not necessarily FMC certified, although preferred) as to the mechanics of jets bridges, with at least 3 years direct field experience on FMC Jetway Passenger Boarding Bridges. For major components, such as air conditioning units, technicians are required to have related specialty training and 3 years direct jet bridge field experience (preferably on FMC Jetways)within their specialty field. BY ORDER F TH CITY OF PALM SPRINGS, CALIFORNIA 1 t3 eno Procurement Specialist I I DATE: March 31, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Nam: Authorized Signature: Date: AdknowledWens of RWAlPt Of Addendum 4ls mclulred by wing and including the acknowledgment with yar su entttat,or you may also acknowledge the Addends one"both of Atfachmefa A. Fad to acknowledge this Addendun may result in your subem'hat being dasmed nonresponsive: 39 of catM sA � x p REQUEST FOR PROPOSAL(RFP 10-11) t FOR PASSENGER LOADING BRIDGE MAINTENANCE SERVICES ct:rrO���p. ADDENDUM NO.5 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND 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 ioNowing questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Are the items stated in paragraph °f(page 5 under Section 3, Part )) considered routine expendable items or non-routine corrective repair items? A 1: These are considered as "Non-Rodin Corrective Repair Items" Please reference paragraph g°on the same page for further information on Non-Routine Corrective Repairs. The City expects that the parts referred to and depicted in paragraph F will be readily available as needed. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA &Ayl� h Ann GI eno Procurement Specialist tl DATE: April 7, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 6 is required by signing and Including the acknowledgment with your sulmirm,or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may resnh in your submittal being deemed non-desporffiive. EXHIBIT"C" CONSULTANT'S PROPOSAL MIS i I Table of Contents f I Cover Leiter-Page 2 Section A-page 4 Attachmeat"A"and"8" Firm,staff,team,quallffcation and experience,rnclucirngreferences I Section$-page 12 ' Proposal organizatlon,conformance with RPi Instructions,and demonstrated understandingof overall project and requested scope of work I Section C-page 14 Work proposal ' i i Section-page 17 ! Project schedule Licenses-page 20 1 { i 41 RISEL PO Sox 20 7 9 Foo .a CA 92334 P+,oNE: 9r]9.356.BB27 ENGINEERING SOLUTIONS INC. Fw: 909.356.S826 • Cmrx PnsZa l.—nC 51.D s • PCAIRS • HV/AC •. 400 Hz GRU's • Haaawne Srs,rwwa April 13,2011 City of Palm Springs Attn: Leigh Ann Gileno Procurement Specialist II i 3200 Ea3tTahquitz Canyon Way Palm Springs,CA.92262 j RE:Request for Proposals)RFP a10-11)for the Maintenance and Repair of the Passenger Boarding Bridges located at the Pahrl Spring International Airport in the City of Palm Springs, California. Dear Mrs.Gileno, RISELO ENGINEERING SOLUTIONS,Inc.,formerly known as R and 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 ten (10)years.As a subcontractor forJBT Aerotech,our experienced and qualified technicians,working side by side and implementing a team player philosophy with management and technicians on site have been able to provide solutions for all the sites needs.We possess a complete understanding of the rules already established by the Airport Authorities;we are also familiar with the management and technicians.Ali 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 ZER010Sf TIME ACCIWNTS and implementing our policy of"SAFETY BEFORE YOU OR ME"for the last ten (10)years while working on the passenger boarding bridges and 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 2 P.O. 8E 20 19 • FOW.. CA 92334 •W,RIMQCNG,NF.Q"WG.=m • Ong 909.356.8B27 • Fn 909.356.eS26 personnel are presently obtaining training in order to insure proper and safe methods to handle our different tasks on passenger loading bridges on a monthly basis.This regular training is conducted by management staff with years of experience lead 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.Mr.Lopez is a certified journeyman electrician,and is Manufacturer Certified,whose experience spans 12%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-Cond€tionings Airs 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(NEC),along with basic and advanced electrical and electronics courses.With all these qualifications,we are assigning to this project one of the most experienced Project Managers that you can get in the whole industry for these passenger loading bridges. For the last 10 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 accumulated 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#10-11). If you need more information or have any questions, please do not hesitate to call us at (909) 356-8827. k you very W0 President RISELO ENGINEERING(SOLUTIONS,Inc. SECTION A: Firm, Staff, Team, Qualification and Experience Including References Local Service Provider RISELO ENGINEERING SOLUTIONS, Inc was originally established fifteen(15)years ago as an air- conditioning and heating business,and entered in the airport industry thirteen (13)years ago. Initial duties consisted of working on passenger boarding bridges and baggage handling systems at the Ontario Intemational Airport. We are a Certified Minority Business Enterprise(MBE) located in the City of Fontana, in the San Bernardino County,approximately 74 miles from the Palm Springs Intemational Airport. In order to offer top quality service for this contract, Mr. Romeo Lopez,with all his previous experience working on these bridges, 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 this project. He may be contacted via telephone,e-mail or cellular phone. His contact information is already available to the 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 solve any problem. 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 (and 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, or hire local people to be part of this project. In the event that we are the awarded entity with this contract,we would like to contact some of the local colleges or trade schools,like the Mayfield College located in Cathedral City, 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. Valley, along with the cities of Beaumont and Banning, and implemented an advertising campaign in some local newspapers covering these areas. We are soliciting applications for employment and proposals from local residents and firms for future opportunities to work with us at the Palm Springs International Airport,should RISELO ENGINEERING SOLUTIONS Inc be awarded with this contract.Attached with this proposal is proof of good faith effort mentioned above. Team of key Staff/Personnel Attached to this proposal,you will find the respective resumes of our Project Manager,Mr. Romeo Lopez and the technicians assigned for this project.Each of these technicians has sufficient prior experience to perform preventive maintenance programs,troubleshoot and conduct repairs as needed on these eight(8)bridges_ All technicians will be lead by the assigned Project Manager,Mr. Romeo Lopez.We are completely confident that we will keep providing the same top of the line service required to fulfill your expectation for this contract.The Project Manager and the assigned technicians all have extensive mechanical and electrical experience working on passenger boarding bridges, 400 Hz Ground Power Units,PCAirs, Potable Water Cabinet.The Project Manager and the personnel involved In assisting the Project Manager In the performance of this contract, all have previous experience working on these passenger boarding bridges located at the Palm Springs International Airport.With that said,we can assure you that we will be prepared to perform the quarterly preventive maintenance program of the passenger boarding bridges, aircraft ground power generators, PCAirs systems,potable water units, and related equipment. All work shall be conducted with high quality service in accordance to the Manufacturer's recommendations and specifications.In the same manner,they will troubleshoot and repair any problem on passenger loading bridges or any related mechanical/electrical systems,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 by sharing experiences,communicating and discussing any topic related to problems. Concerns or safety issues that may arise in the daily operation of these bridges will also be shared.The Project Manager will be the only person authorized in making suggestions to the Airport Superintendent for any necessary actions to be taken or modification needed to continue with a reliable operation_As he has done for the last ten(10)years,he will prepare the quarterly reports in accordance with the manufacturer's recommendations and will be the only person with authorization to submit such reports to the Airport Maintenance Superintendent. 45 , It is relevant to mention that Mr. Romeo Lopez,with his capable management skills and motivation of employees, has always been able to meet goals and deadlines established by either JBT Airport Services or the Palm Springs International Airport Authorities. For the last ten (10)years,he has been in charge of implementing the preventive maintenance program, troubleshooting and repairing 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 in excellent conditions for their daily operation. Mr. Lopez is well recognized art 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 these bridges in excellent working conditions. 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 properly 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 the service with the passenger boarding bridges will always be provided. in the event that Mr. Romeo Lopez is not available,for any unforeseen reasons or Circumstances,Mr. Iran Lopez will also be available 24 hours per day,7 days per week.This strategy shall ensure a back up,or second option, in the event that immediate service is required. Mr.Ivan Lopez,Vice-President of RISELO ENGINEERING SOLUTIONS, Inc., holds a Bachews Degree in Mechanical Engineering from the University of California Riverside. Since 2003,Mr. Ivan Lopez has been involved with the passenger boarding bridges at the Palm Springs International Airport, performing on his own and/or assisting Mr_ Romeo Lopez,our assigned Project Manager. Mr.Ivan Lopez has been involved in the different phases of the preventive maintenance program,troubleshooting and repairs. His high level of education has always allowed him to analyze different problems in different situations and provide the best solutions to the Airport management authorities.Mr. Ivan Lopez is knowledgeable in all aspects of maintenance and service for the passenger boarding bridges; he Is also respected by 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.Alfonso Garcia Jr.has been working for RISELO ENGINEERING SOLUTIONS, Inc.,since January 07,2007. Mr.Garcia is a certified journeyman Electrician with extensive mechanical, 46 electrical,and plumbing experience.Mr.Garcia has already been involved in the preventive maintenance program and service at the Palm springs international Airport;he has also assisted Mr. Romeo Lopez in different aspects of troubleshooting and repairs for the last four years. Mr. Ganda has experience performing preventive maintenance programs, troubleshooting and repairing passenger boarding bridges,400 HZ Ground Power Units, PCAirs and Potable Water Cabinets.His experience with ground support equipment has also been utilized to assist in solving problems in different airports as a courtesy from RtSELO ENGINEERING SOLUTIONS,Inc. Mr.Garda has also worked and acquired valuable experience at the Ontario International Airport, Los Angeles International Airport and Meadows Field Airport. See attached Resume. Specialist Company working for the airport industry PCAIR UNITS(PCAIR) Ground Power Units(GPU) Passenger Loading Bridges(PLB) Mr.Harold Einollahi is a Certified Journeyman Electrician, Certified in Aircraft Maintenance, and is Manufacturer Certified to work on the passenger boarding bridges. He has been exposed to the Airport Industry since 1983 and has acquired extensive mechanical experience working on passenger boarding bridges and baggage handlingsystems through theyears.With eleven (11)years of experience working on passenger boarding bridges,Mr. Einollahi will be another of 7 47 the assigned technicians to assist our Project Manager for the preventive maintenance program or major projects.See attached resume Mr.Guadalupe R.Venegas is a Certified Journeyman Electrician,and for the last twelve(12) years has been working in different airports in The Southern California area on passenger loading bridges and baggage handling systems. See attached resume Mr.Alfonso S.Garcia JR is a Certified Journeyman Electrician with a Bachelor of Science in Computer Engineering Technology from University of Long Beach,California. Mr.Alfonso S. Garcia JR also has experience working on passenger boarding bridges and baggage handling systems.He has been working with RISELO ENGINEERING SOLUTIONS, Inc as a part time worker for the last four years.See attached resume. 48 References 1) Palm spring international Airport . Contact:Mr. Bud Riffle 3400 E.Tahquitz Canyon Way Airport Maintenance superintendent Palm Springs,CA 92262 Phone:(760)318-3846 Fax: (760)318-3815 E-mail: Bud.Riffle0palmsorines.ca.eov Estimated cost per year for last five years contract: $20,444,53/year Description of the scope of work: implementing preventive maintenance program according to manufacturer's requirements as detailed in FMCJetway systems Operation and Maintenance Manual since 2001. Responsibilities also included troubleshooting, repairs and modifications of eight (8)passenger boarding bridges,six(6)45 ton PCAirs,two(2)75 ton PCAirs and eight(8)ground power units (CPUs),as needed. We also provided telephone assistance and support. Please see the attached letter of recommendation from the former Deputy Director,Airport Operations and Maintenance Mr.Craig A.Toms.if you would like to contact him,he can be reached at(760)902-7766 2) Ontario International Airport Contact:Mr.Tony Ceja 2900 East Airport Drive Regional Director Ontario, CA 91761 Phone: (909)841-0956 E-mail:TONY.CEJAt JBTC.COM Estimated cost per year for last five years contract:$21,803.47Jyear 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,twenty six(26)45 ton PCAirs,twenty six(26)ground power units(GPUs)and twenty six (26)potable water systems,as needed. a 49 3) Los Angeles international Airport Contact: Mr.Ruben Rendon LAX Terminal 3 Site Manager PO Box 445 Phone:(310)261-6937 El Segundo,CA 90245 E-malk Ruben.Rendon@JBTC.com Estimated cost per year for last four years contract:$195,575.73/year Description of scope of work: Implementing preventive maintenance program according to manufacturer's requirements as detailed in FMCJetway System Operation and Maintenance Manual since 2005.Responsibilities also included troubleshooting,repairs and modifications of thirteen(13)passenger boarding bridges,thirteen(13)45 ton PCAirs and ten(10)ground power units(CPUs),as needed.This contract also included maintenance,service and repair of the baggage system. 4) Meadows Field airport Contact;Mr.Christian S.Von Platen 3701 Wings Way,suite 300 Airport Maintenance Superintendent Bakersfield,CA 93308 Phone:(661)747-4054 Fax: (661)391-1801 E-mail:Vonolaten@co.kernsams Estimated cost per year for last five years contract:$4,S16.37/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 three(3)PLCs passenger boarding bridges,three(3)PLC 50 ton PCAirs and three (3)PLC ground power units(GPU).We also provided telephone assistance and support. 50 March 22,2011 To Whom It May Concern: I am pleased to recommend Mr.Romeo Lopez for technical contracting relating to the repair and mainlermwe of airlirm passenger loading bridges.As an administrator for Palen Springs International Airport,I managed the loading bridge preventive maintenance and repair contracts from their Inception in 1999.Mr.Lopez was directly responsible for pa.b,,once of the contracts from 2001 until I retired in 2008. During this time,Mr.Lopez performed admirably,carrying out the W ntracted work in an of ident,finely, complete and rsspon be manner. I can say with conildenee that in his hands,the loading bridge contract was among the most trouble-tree and winning arrangements I encountered during my tenure.Mr. Lopez maintained excellent relations with the Airport staff,and In every case 1 found him to be expert in resolving the complex and varied Issues that came before us.1 would highly recommend Mr.Lopez to any contracting agency considering him for this type of work- SinoeyetY. Craig A. aos Deputy Director.Airport Operations and Maintenance(Rot.) 51 Technicians refurbishing the floor of one Passenger loading bridge SECTION B: Proposal Organization, Conformance with the RFP instructions and Understanding of the Overall Project and Requested Scope of Work. For the last ten (10)years, RISELO ENGINEERING SOLUTIONS,Inc,has been the subcontractor company working on the passenger boarding bridges.Accordingly,we feel that no other company can provide a better alternative. Our Project Manager,Mr. Romeo Lopez,has been working shoulder to shoulder with management and in-house technicians at the Palm Spring 52 International Airport. He has always done this while implementing the preventive maintenance program and servicing of these bridges. For the last eleven (11)years,Mr. Lopez has trained all the technicians assigned to this project. Our personnel have acquired experience and familiarity with these bridges under the guidance of Mr. Lopez, and no other company can match the experience and knowledge our personnel possess. 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 eleven(11)years working on the passenger boarding bridges 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 these bridges in an efficient manner.As of late,the original manufacturer waits until it gets a specific quantity to order production;therefore,the needed parts are not always available for immediate delivery. This delay is reflected in the 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(previously approved by the airport)alternative manufacturers which meet or exceed the same specifications.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(OEM)parts with extended lead times. We will keep this stock of parts ready for usage at any moment,exclusively at this airport. Should the airport authorities allow the use of approved equals,we plan to buy these parts locally, as part of our support for local businesses policy. CAHMM tnlcation If RISELO ENGINEERING SOLUTIONS,Inc. is awarded this contract, there will be no need to call or report any problem to a third party. During the past years, in orderto get problems fixed,the Superintendent has been calling the prime contractor(IBT Aerotech)to report the problem. Upon receiving approval, RISELO ENGINEERING SOLUTIONS, Inc. has then been called upon to send a technician and repair the problem. Being a local company from Fontana, CA, less than 70 miles from Palm springs international Airport,getting the calls directly to report a problem that may need solution will save a lot of 53 time.The end results will be reflected in time savings to fix any problem that may keep the bridges out of service. Trainin¢ RISELO ENGINEERING SOLUTIONS,INC would like to Implement a basic training program for all the in-house technicians with an emphasis in safety practices or related issues. The program would be applicable to working on the electrical,electronic and mechanical portions of the passenger loading bridge 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_We 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 your personnel,and would maintain the effective and efficient situation established through the years. We are confident that empowering the in-house personnel to handle any problems,small or big,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. Section C. Work Proposal RISELO ENGINEERING SOLUTIONS, INC has assigned personnel with a minimum of four years experience working at the Palm Springs International Airport for this project.All the technicians are very familiar with the bridges,authorities and in-house personnel.For this contract,we plan to implement the same maintenance program;we will also cover small repairs which can be addressed while the quarterly maintenance program is being implemented.In the event the Project Manager considers that a major repair needs to be done,the Superintendent will be notified in order to schedule future repairs. As previously mentioned, If RISELO ENGINEERING SOLUTIONS, Inc is the company awarded with 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 to the Superintendent the usage of parts from alternative manufactu rers which meet or exceed the same specifications and with the same warranty of the original equipment manufacturers.A dedicated/assigned vehicle will be utilized for this project.The vehicle will carry a stock of parts that,according to our experience at this site,are the most common repiaceabie parts. 54 Installing a brand new PLC Ground Power Unit(GPU) Sall Screw Inspection and/or replacement If needed/Quality Control Program This inspection will be performed as described In chapter four(d)of Service Bulletin# 109 published by FMC Technologies-JBT.The area shall be inspected for excessive wear,corrosion, cracking,pitting,gouges,or brinelling.According to the manufacturer,this needs to be inspected using 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 for our customer's satisfaction,the process of inspecting the ball screws will be the first where we shall Implement our quality control program. 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 manufacturer recommendation,we will take an additional step and perform a Fluorescent Dye Penetrator Inspection.Such an inspection will be performed with use of ZYGLO FLUORESENT DYE, which complies with most Military specs for fluorescent inspections,due to its sensitive nature. 55 Inspection Steps: 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-free 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. 4) App&ation of developer; 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 wlli draw the penetrator from defects out onto the surface to form a visible Indication. S) Final Inspection; We will inspect the whole area of the ball screw recommended by the manufacturer using Ultra violet (UV) black light: 56 Sft'Uon D: Project Schedule The Preventive Maintenance program will remain the same as the one implemented for the last ten (10)years by RISELO ENGINEERING SOLUTIONS, Inc.We will be followingthe 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 technician already familiarized with the passenger boarding bridges 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 Superintendant. RISELO 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(CALOSHA).it is highly recommended,due to the high voltage and current Involved on these passenger boarding bridges,that no matter what company Is awarded this contract,two(2)technicians must always be present at any one time,in ease of emergency. 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 the project schedule for this year 2011. Action May May June July August Sept Oct Nov Dec 9*— 23'- 2011 2011 2011 2021 2011 2011 2011 17a' 27th Badging/background X X check/vehicle permit Buy stock of parts X X Quarterly inspection X X K Ball screw X X Inspection Pressure Washing X 17 57 Schedule for years 2012 through 2013(in case of extension of the contract);the same format will be used. 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 January June September December Quarterly X X X Inspection Pressure X X Washing Semi-annual X Inspection Annual X Inspection 58 INSTALLATION OF A BRAND NEW PLC 100 TON PCAIR UNIT k w e T Installation of a 100 Ton PCAIR Unit PLC Panel for the 100 Ton PCAIR Unit 59 STATE OF CALIFORNIA D. O Pursuant to Chapter 9 of Division 3 of the Business and Professions Cade and the Wes and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license(o: RISELO ENGINEER,)NO SOLUTIONS INC { license:Numbe,r553223` to engage to the business or act to the caacity of a contractor In the folirnvingalassifiicafion(s):; Cto-ELECrRICAL M•WARM-AIR HEATING,VENTILATING AND AIR-CONDITIONING - D21 -MACIHINERYAND-PUMPS Witness my hand and seal this day, - Decenrier a,2010 i$sUed October 7,2010 �a James Miller Board Chair l6ip lkensc is i6e lx q.ai tEte:aegkaarurLoMeacwrs, Stephen P.Sands - - snottrandmable,�od"it herMmedtethtpRe�tb ar Registrar of Contractors upon demnnA n'liei stfirertded;i .or ime dged ' .. for my rcanun.4 Eecoms raid d 1 it(n nm rennrM in yl4v l}PII. I�ieSPM loiina _ __ _ . wWTMa V110AP __ _ CLASSIFIED r}r (^�( � r 34!16kurlecreliSL THE ADVERTIS114G Jr ISvareideCA929O1J878 .' PRESS t Paws W Tiulrro,fam ma IMM2 14NO-M-0395 E' TERPRISE ec:Adam sst ssa 1�0 .._'..... as Messer Ap be Hnl 251.304 18 Fax '•j Poam d: III")3564M ; Ad Cope Name; RISELOENGINEERINGSOLU- WW4d EN6 r"W. E W TIONB,INC. =M!vruRk 1M m 6 Addrm; 17336 MOLLY OR, mmlfi rz fm�`e1i°°` smeo.�r< Ce`wr`ien. . PONTANA CA 92335 . lYtll[1L11.Una A $: - fl01SWs (rout PJWOd by,. Romeo Lopez Fax 0. (951) Nr,A „ AA Information R�SN +.,•. •,�.,...=u eaea.a �'w. a........ .ten C1awOmdon: Le9als - Wblitetians: PreasE++Yrpnee SlSrt dale 04-0T-H_-: .. Sbpdafei 04.10_11 mserlmw 2 'RaWcode: LE-0ped.- . Ad type; Ad Lints .:Taken by: TH1ye%Maria - Site: fX2438-D at Sorg: 30.00K 5.14 a9aM ems CITY OF PALM SPRINGS:BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY,PALM SPRINGS,CA 92262(760)323-RM PLEASE NOTE THAT IT IS YOUR RESPONSIB)LITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY, BUSEWSS NUMBER: 200142% EXPERATiON TAX1ADSUN.FEE CERT NO BUSINESS TYPE: CONTRACHOR-IlVAC OVS112012 I&OD 47243 OWNFA NAME: ROMEO LOPM - WnIJ2012 28.00 47244- IVANLOPEZ - -- 03/3112012 - 67.00 47745 -BUSINESS NAME; - RISELO ENGINEERING SOLUTIONS - - - BUSINESS AD DREW: 17338 HOLLY DR . MNTANA.CA 923H5 RISELO ENGINEERING SOLUTIONS ll!%U ["1:OF THIS LICRiM DORSNOT ENnT12 17338 HOLLY DR _ TBE UcEmsm ToOPMAM oR M&VaMNA FONTANA CA -02315 a MMM W VIOLATION OF ANT ONOM LAW .. OR VRDINANCS. TfRS IS NOT AN ENIOR91MUNT OF THE ACTIVITY PCOR OP TIS AFPUCANPS QUALIFICATIONS. MUST BE POSTED IN A CON ICUOUS PLACE 61 f 1 yr ATTACHMENT"A" `THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL (Envelope#1)` REQUESTS FOR PROPOSALS(RFP)#10-11 PASSENGER LOADING BRIDGE MAINTENANCE SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER); j 'Ax3FZ0 we BUSINESS ADDRESS:._./-733 9 ate..-Y TELEPHONEg09-1.16 -8621 CELL PHONE -4 43o FAX ^86.X CONTACT PERSON'96A49V 40OCa EMAIL ADDRESSg6gKA.y Qut",Wj as�f�-!k,m�t A. 1 hereby certify that I have Nhe authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I C"lly that I have the authority to bind myselflthis company in a contract should I be successful in my proposal. / '77'1 0 -viz�v Lote'$ / tea-�Sr bE st{ PRI NAME AND TITLE GN URE AND DATE 83 The following information relates to the legal contractor listed above, whether an individual or a company. 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; _)d_A corporation If a corporation,organized in the state d: a(,fcv h44 —A Local Business(Licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. Z My tax identification number is: 2-4 r O r 6 g7j' 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)#1,Z,3�rfR J- Is/are hereby acknowtedged. RFP#10-11 Page 17 of 413 62 4 S f t j ATTACHMENT"B" 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL(Envelope#1)' NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL 1 STATE OF CALIFORNIA)as COUNTY OF RIVERSIDE) 1 Tlundersi�ed,gemg first duly swom,deposes and says that he orshe is 'f iO+t-t Z7 4-O�E of� a ex44 Fparriw.C-gdhe 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 refrakt from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agrearnent, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profft,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 pald, and will not pay, any fee to any oorporation„ partnership, company, association, organization, Proposal depositary, or any other member or agent thereof to effectuate a eolWsive or sham Proposal. 8 . Title: T"-5/Y)64qT Subscribed and sworn to before me this /f day of A AA>C 2017 YAR@11alTe SEGOw1A Gamdabn 11s16s2s gatory FossC-t.oHMrnlo son sernndlns coonry Comm. ftg2,6,2013f f )8 01'41 Revised:6l16110 nwrv.r 63 CAUFORNIA JURA*WITN'.AFFIANT- STATEMENT See Attached t]ocrmrent(Notary to cross are tines —6 below)., Q See Statement Bklow(Ones t-S to be completed only ent signe¢sj, not Notary) - swil 0Dm ffi Ewa Nat State at Ca County, Subscribed and"swam to(or affirmed)before me on this ' by proved to me on the � of satisfactory�) )evidence' _... m ., to be the person who a ared pefore me. . (. Mulantmsrlw (21 - &weaibpao f 181t35E6 . tler:trPsbwo ca.ia proved to me on,the 4asl satisf cry evidence Sr 9imar"Col . ' to.be Mrs- n who .17 - - - Sig to �':SMx aaaraml Abo+e4 - ,TApr�h tlfe frnbmtsaon beMw,ts,riof"required by law`.nmaY ptavR .. ..: wluable�pe(srons ielyb+gort Me.daeixnxk and caeAd prevent , , RauslV7fen t rem¢rai afWmawchmentcdfhl5tgrmtaanp(h�rdpcta tt .7ppolnumCe+s,a ToP pfUrumbirare Further Description Q Atlaehed Document ,ra ae;yr.aooamr.� Si ..W clear then Named Abwa: ' ®ffiGTWrona MaY7Asno®Ym.B3m Da Bab+W4..iA.9�214•Q'AIwM�MG m9f$Q�@•+wNabxNaN%aB 9meaaBNl-hoN�r.�Ttl1€rostiC?H160BZr'- 64 Romeo Lopez 17338 Holly Dr. Fontana, CA. 92335 (909) 356-8827 (909)730-6730 RLopez@RiaeloEngineering.com GOALS. To obtain a position where my engineering knowledge,skills and experience can be utilized to benefit my employer.Management or teaching is a short range goal as well as continually adding to my current knowledge so as to be able to meet the needs of the company I will work for. ACCOMPLISHiVIENTS/A$H,ITff ES: • ABLE TO COMPETENTLY ANALYZE AND SOLVE PROBLEMS FROM ENGINEERING DESIGN TO PRODUCTION.Can evaluate and carry out projects to strearoline proce. which may include equipment modification.This has resulted in different levels of cost savings. • SOURCE INSPECTION:Decision responsibility for acceptance or rejection. • ACCURATELY PREPARE VENDOR INSPECTION REPORTS • PROCESS FAILURE ANALYSES(Destruct!Noo-Destruct) • PERSONAL TRAINING:Mechanical,electronic,and electrical knowledge,able to read blueprints.Job procedures and inspection criteria • EQUIPMENT USED:Oscilloscope,Hi-Gauge,Vernier calipers,Pin Gages,Multimeters, curve tracer,inductor analyzer,Hy-Pot,Precision Tools and milling machines.know how to operate,troubleshoot,and perform maintenance on the following equipment: Leak Detectors(Gross and fine) W ire Sonders Epoxy Dispensers One Shot Welders Seam Sealers Vibration tables • E-P-4-CERTIFIED • HAVE COMPUTER KNOWLEDGE(WORD,WORD PERFECT,EXCEL,ETC) • AM FLUENT 1N SPANISH,ENGLISH,AND ALSO SPEAK BASIC FRENCH • CONTRACTOR LICENSE C-20(HV/AC)and C-ID(Electrical) + TEACHED NEC AND BASIC ELECTRICAL PRINCIPLES, • JETWAY CERTIFIED TECHNICIAN • CERTIFIED GENERAL JOURNEYMAN ELECTRICIAN(No.115592) • ACCREDITED BY THE INSTITUTE OF HEATING AND AIR CONDITIONING INDUSTRIES(RIACI)AND SOUTHERN CALIFORNIA EDISON(SCE) • PLC KNOWLEDGE WORK EXPERIENCE.• 1998 to present JBT Aeretech/RISELO ENGLNEERING SOLUTIONS EDUCATION: NATIONAL UNIVERSITY OF EL SALVADOR,C.A.,E.E.Major 1979 to 1980.No degree. INTERNATIONAL TECHNICAL SCHOOL Certificates:Automotive and Electrical PASADENA CITY COLLEGE,A.S.Degree in Electronics with additional classes in industrial electricity and a Laser Major, 1986 to 1992 ASSOCIATION OF FACILITIES AND PLANT OPERATING ENGINEERS,1995 to 1997. Recsived Refrigeration certificate and completed an A/C course. Attended several Technical and managements seminars since 1995.. 65 Ivan. V. Lopez 17338 Holly Dr. Fontana, CA. 92335 (909)356-8827 (951)295-9621 ivlopqz a7nseloengineering.cg om EDUCATION: Bachelor of Science,Mechanical Engineering emphasis in Thermodynamic, Mechanical and electrical. University of California, Riverside,CA(UCR) Relevant coarse work completed;- Calculus,Multi-Variable Calculus, Differential Equations,General Physics(Mechanics, Waves/Heat/Sound,Electricity/Magnetism), General Chemistry, Electrical Engineering Circuit Analysis, Engineering Graphics and Design(AutoCAD), Introduction to Engineering Computation(_MATLAB), Statics,Properties of Engineering Materials, Dynamics, and Thermodynamics. Technical Academia: Have been accredited by The Institute of Heating and Air Conditioning Industries (IHACI)and Southern California Edison (SCE)to work on heat pumps, gas and electric furnaces, and electrical controls.Certified by Jetway Systems to work on Passenger Loading Bridges,400 Hz Jetpower and Pre-Conditioned Air units. WORK EXPERIENCE: Service Technician/Manager R&A Services. Fontana,CA. June 2000-Present. Maintain,troubleshoot,repair and install HVAC equipment including air conditioners, heat pumps,gas and electric fired furnaces. Oversee financial and administrative activity within the company. Stationary Engineer FMC Airport Services. Ontario, CA. September 2004 -Present Maintain,troubleshoot and repair Passenger Loading Bridges,400 Hz Jetpower,and Pre- Conditioned Air units at the Ontario International Airport. COMPUTER SKILLS: MS Windows,MS Word,MS Excel,MS PowerPoiutt,AutoCAD,MATLAB,Internet. ADDMONAL SKILLS: Fluent in Spanish with a basic understanding of French. Always looking to further my technical and academic knowledge. Effective communicator and technician. REFERENCES:Personal and Professional references are available upon request. 66 HAA91D EINOLLAH! 18964 Woodland Way Trabuco Canyon, Ca 92675 Phone No.:949/547-3952 OBJECT PfE: To secure a part time position as a Field Service Technician with Riselo Engineering Solutions Inc. EXPERIENCE: 8/2000—Present FMCAirporf.Services,-18601 Airport Way,Suite IBA,Santa Ana,CA 92707. Certified by FMC to work on passenger boarding bridges,400NZ Jetpowers and PCAirs.California Certified Journeyman Electrician. - 7/9968/2000: EL TORO MOBIL STATION,23771 El Toro Road,Lake Forest,CA 92630,Phone No.: 949/586-6699, Assistant Manager;Sales,Merchandising,daily and monthly inspection of equipments,gas pumps and performing maintenance and preventive maintenance_Look after the station's assets. 2D/9i-4/99; SELF EMPLOYED TEHRAN—IRAN Computer Hardware Tech company:Troubleshooting hardware parts,upgrading computer systems assembling computer units. Manufacturing uninterrupted power supplies for the computers. EDUCATION/&SP99ALIZEO TRAINING' -West Los Angeles College,Culver City,CA - January,1986-June,1987 Aircraft Maintenance Technology(A.A. Degree) Dean's List Student -City College of San Francism August,1986—December,1985 Full Time Student;studying towards Certification in Aircraft Maintenance -San Francisco State University August,1983—June,198E Full Time Student;courses included Basic education subjects with a concentration in Engineering. -Holy Names College,Oakland,CA August,1981—June,1995 Full Time Student;studied basic education subjects, -Certificate of Accomplishment—M D80 4011r.Hanger/Ll6e TWA Ground Operation Training -Certificate of Accomplishment—747 Major Base Aircraft Initial TWA Ground Operation Training REFERENCES AVAILABLE UPON REQUEST 67 I I ALFONSO S.GARCIA 15652 Alicante Rd.La Mirada,CA 90639 Home Phone:562.902-1729 Cell Phone:562-447-6320 e-mail:ailem120010vahoo.com WORK HISTORY i Inside Veireman(2010-2011)ASIG,Torn Bradley International Airport,LAX Airport • Monitor and maintain BHS(Bag Handling System)and their components. • Perform preventive and corrective maintenance on equipment control systems,PLC system (Siemens 5-700) sorters,scanners,tachometer,HSD(High Speed Diverter),and VFD motors. • Repair and replace motors,HSD clutch and paddles,v-belts,hearings,rollers,lacing straight and power turn belts,sewing and welding beads on Fortex belts, - • Perform shift inspection and make corrective action as needed on tracking belts,check motor amperage and Profibus for VFD faults,adjustment of photo lights and reflectors that cause ghost]am. Inside Wireman(2009-2010)ASIG,Terminal#6,LAX Airport • Performed maintenance,repairs and troubleshooting on BMU(Baggage Makeup Unit)and Passenger Boarding Bridges. • Troubleshoot motor controller,motor circuits,AC/DC motors,AC/DC drives,VFD,High and Low Voltages, 120/48D VAC,3 Phase,PWM, circuit boards,and GPU(Ground Power Unit). • Performed preventive and corrective maintenance of PCA Units. • Troubleshoot,edit,read and write Program of PLC(Allen Bradley SCL 503/504). Inside Wiremen(2008-2009)R&A Engineering Services, LAX/Ontario/Palm Spring airport • Repaired and maintained baggage handling equipment,conveyor,PLC and equipment control systems per diagrammatic sketches,operational manuals,and manufacturer's specifications using hand tools,and precision measuring testing instruments. • Troubleshoot and maintain Passenger Boarding Bridges and all gate related equipment such as Ground Power units, PCA,and Potable Water units. • Troubleshoot and repair induction motors,motor control circuits,thermal and magnetic contactors,relays, coils,transformers,circuit breakers,VFD,IGBT,PWM,Inverters,and rectifiers. Maintenance Electrician(2007-2008)Durand Electric&IJghtln&27130 Paseo Espada,San Juan Capistrano,CA • Performed troubleshooting services,installations,repairs,and maintenance. • Modification of electrical systems for commercial and residential buildings on equipment and grounds. • Locate and determine electrical malfunctions by standard test equipment. Electrician,Self-employed(2003-2007)A&E Home Improvement,15652 Alicante Rd.La Mirada,CA Laboratory Technician(2002-2003)Myriad Genetics,Salt Lake City,Utah Laboratory Technician(2001-2002)Met West Hospital Tarzana,CA Electrician(1990-2000)Leilani Guest Home,Garden Grove,CA EDUCA710M • Certified California General Electrician • Certified HVAC Technician EPA 608 • certified HVAC/R Preventive Maintenance • MCP Microsoft Certified Professional • MCSE Microsoft Certified System Engineer • High School Graduate,Holy Angel College,Pampanga,Philippines 68 1511 N.La Ave- Php (909)9314473 Celr(909)234-0e% I nWO.CA9176a - F.F wh Ve Ww13@adolphianet Guadalupe R Veneps Objective To obtain a position as an Electrician-Inside Wireman where f may uttlirs my knowledge and technical abilities ofpmanger loading bridges and wuveym systems within your-company. WWk{ d Ski • Electrical trouble shooting skills • passenger loading bridges and conveyor systems operations and troublesbooting procedures • Passenger loading bridges and conveyor system repair and.maimeratnce • Extensive knowledge of Los Angeles terminal 3 passenger loading bridges, conveyor system and components Education 80995-1211999 Cypress Community College Cypress,CA General Educatlon 1992 Fullerton High School Fullerton,CA Diploma,General Education Laltgualles Fluent in English and Spanish Work experience 6,2003—Present A.S.LG Los Angela,CA Elettrlcian-Inside Wirmnan • Maugain and repair Passenger Loading Bridges and Conveyor systems 5/2001—6?003 Workhvide Flight Service Z.os Angela,CA Technician Specialist Maintain and repair Passawar Iaading Bridges and Conveyor Systems 3/2000- 52001 Reda Production Systems Garden Grove,CA Field Service Technician • laslallation and servicing of submersible pumps for oil companies 211995-3/2000 KwiksetCorporal= Anaheim,CA Material handled Line coordinator • Coordinate work and Matatials for assembly)production Knte. • Assisted in servicing conveyor system,and machinery 8/1992-17/1999 U.S.Armry 12F Canbst Erglee r • heavy Equipment Operator • Maintained and serviced variety of heavy equipment References available upon request 69 ALFONSO S. GARCIA JR 16810 Chaparral Ave. *Cerritos,Ca,90703 Home:(562)902-1729 ►C e1L (562) 818-1828 *EmaiI:Al_garcia78{ttyahoo.eom -- n SUMMARY STATEMENT ♦ Strong test engineering experience,hardware and software support expertise includes maintaining and repairing electronic and mechanical components. * 5 years experience in engineering field,worked with Test,Program and Quality Engineers in fast-paced environment. PROFESSIONAL EXPERIENCE Test.Technician,Mattel,El Segnnda California 2004 to Present Perform product failure and defect analysis — • Determine snot cause for return products from warranty services • Perform product quality and safety testing inside Wireman,RISELO ENGINEERING SOLUTIONS,Inc.Terminal 3,LAX, California 2007 to 2010(part time) • Maintenance program and repaired jet bridges including PC Air,400hz ground power systems • Performed preventive and corrective maintenance of PLC controlled conveyor systems, baggage carousels and related equipment. • Supported airline operations with clearing bag jams on the system Test Technician,Mattel,_K!,scaundo,California 1999 to 2002 • Provided support for hardware and software related issues. • Maintained and repaired test servers and laser printers up to component level. TECHNICAL SHILLS AND RELATED SOFTWARE SKILLS AC&DC Circuit Analysis*Advance Networking Engineering Embedded Microprocessor Systems+Analog&Digital Signal Processing Lab View 7A*TCP/IP♦C/Ct+*Windows/Unix/Linux Operating Systems EDUCATION Bachelor of Science in Computer Engineering Technology DEVItY UNIVERSITY, Long Beach,California Certified General Electrician Division of Apprenticeship Standards,California Electronics Communication Engineering HOLY ANGEL UNIVERSITY,Philippines 70 WMC AirportSystems JETWAY Apron Mve 2&3 funnel Solid State FRC-AD-AC Drive Section 5:Quarterly Preventive Maintenance Checklists --DESCRIPTIOIiF DATE CAOD RRPAIRED or RICATED MECHANIC LUB I. Drive the bridge to an limits to detect any operational problems. 2, LUF anipulate the following limit switches by hand making SLIM theywork crl : Rotunda Rotation Slove Limits 3, Check Cab Rotation a. Rotate the cab full right and left t7perstion Shonld be smooth. e" Check canopy closure operation, '?NOTE: When checking the can do not place the bridge ainst an aircraft. — _ - a. i,efl side raise-the motor will stop numlag wheat the canopy is ftdl tip. b. Right side raise-the motor will stop running when the Canopy is hi It up. _ c_ Lower the canopy,either side,a few inches. The — canopy down message will appear and the bridge will not drive forward d. Ixft side down-extend the curtain until the clutch ' `=s e�a�td indicated 6y a clicking,sound. ___ a Right side down-extend the curtain until the dutch is engaged btdicatcd by a clicking sound. 5. Horizontal Drive a- Drive the bridge hill forward-the slow down circuit will activate about 3 feat before full extend is reached,and the bridge will stop before reacting the mechanical stops. b. Drive the bridge full reverse-the slow down circuit i will activate about 3 feet before full retract is — — reached,and the bridge wi fI atop before reaching ,L the mechanical steps. c. Insure the travel warning bell is ringing whenever the bridge is moving. d. Rotate the horizontal drive in its right and left limits. Drive unit should stop at the preset limits" 11rNUFE: AD movement should be smooth in operation, If the operation is jerky and/or today,Bieck for obstructions on the roller trades_ 6. Vertical Drive a. Raise and lower the bridge-operation should be smooth. b. Raise and lower the bridge to its upper and lower limits The brid eshould stop at the bet ts. C. Inspect vertical lift column chain coupling(See chapter A Section 3 for procedures). 7 Vertical lift columc fault limit switches. UNOM Cheek only one limit switch at a time. _ a. Remove limit switch and am,ly trip while a second Person attempts to raise or lower the bridge. October 2005 2 - 5 71 WMC AirportSystems JETWAY Apron Drive 2&3 Tunnel Solid State FRC•HD-AC Drive Section 5:Quan"ly Preventive Maintenance Checklists DESCRIPTItthLefimit DATE GOOD REPAIRED or MECHANIC LUBRICATED If the bridge raises or lowerswitch mastbe r laced. b. Re eat this ocedure on theswitch. q+NOTE: Any shims that are removed or that may fall free during this process must be replaced before rv-securiult the limit switches. _. 9. Ins ectthe operators console. a- Check for moisture rust,and debris. _ b. Check all printed circuit boards,wire connections and other components for secure mounting, c. Check for any evidence of arching or pitting si ling loose connection&. d. Indicator lights,miters and wiring in genial. 9. Observe the cable carrier system while renacting and =(ending the bridge to insure s on does not bind. _ 10.. Check rotunda access panel and hold down damps for secure meuntin . Check mtweda side curtains for tightness arrd adjust if_ ._......_ _ necess tt 2. Check cab side curtains for tightness and adjust if 13, Check the following electrical cables for deterioration and keneral condition. ��. s. Exposed cables under tunnels, b. Ex ed cables under cab. - -.... ----- c. Cables from rotunda to tunnel A. d. 400I1z Aircraft powerinput cabqt applicable) ^ 14. Check tunnel a uahzin cable and adecessary. _Check cable clamps on the clamping ake sureboth clamps era secure and the cable re.(See"Detail 13"Fi re 4 ter 2,Secti )15. Auto Levela- Check the set wows holding the to the limitswitch, should be t. b. Ghedr the whc.-1 for wear,flat spinny spots ardeterioration lace if necessae. Tom the wheel by hand in both ns insuring -freedom of ration and ositiv to ventral, & Check lock nuts on auto level arm.Insure the are fi hu ll�N�t?TE: Taming the wheel approximately 150 In either direction will engage the ibiat switch. 15. Auto Level Comhmcd e- Check the arm-it should move freely in both - .-.--.—..__ directions. f, Check the auto level navel limits with the arm emwnded and the bridge in"A1TI'0 LEVEL"mode. October 2005 2 - 5 WwrletarWConlidenbal Documematbn Page 2 ''D Z001 PMC Technologies Inc. 72 4FMC Airp©rtSystems IETWAY Apron Drive 2&3 Tunnel Solid State FRC-HD-AC Drive S:Quarterly Preventive hlainwriance Cbeeklists DESCRIPTION DATE CppD REPAIRED or MECHANIC LUBRICATED By hand taro and hold the wheel to simulate the auzraft rising. About 4 seconds will pass before the auto level warning light and bell comes on. Reset the auto level system and check the down travel by turning and holding the wheel in the opposite direction. About 4 seconds will pass and the Aarn4ng light and bell come on. 16. Lubricate the following: rbNOTE: Bee Chapter 2,Section 3 for lubrication points and Chapter 2,Section 4 for the Table of Lubricants. a. Vertical lift column ball strew assembly through the oil cup on top of each column using tube spec #2. Use$oz.of lubricant. P CbN_QTE: After lubrication the bridge most be driven to extreme UP and DOWN Uualts several tames I __ to insure proper distribution of the lubricant. _ 17. Thoroughly wash bridge exterior. See Chapter 2 Section 14 for instructions. 73 s U�C- s JEtWAY SYS fE'+ Sq, JETAI RE" PC Air - Modei XPC 4500 DETECTOR HEAL} tl r DiJC"F HOUSING TEST 7F�T -- RESET MAGNET LOCATOR LOOATOR PokINTEo sioE T{)wgRb 4tQUSJNG Testing Smoke Detector Alarm Figure 1 F}r:r:amhar IPP7 _ 5 74 fMCAirportSystems .IETWAY Apron Drive 2&3 Tunnel Solid State FRC-HD-AC Drive Section G=Scmi-Amoral Pmventive Checklist _ DESCRIPTION @ATE Gp4D REPAIRED or MECHANIC LUBRICATED I Drive the bridge to all limits to detect any operational oblems. 2. Manipulate the following limit switches by hand making - sure the work ly: a. Rotunda Rotation b. SF a Limits m ' 3. Check Cab Rotative a. Check the tic rods on top of the bubblc far cracks m dto threads. Sec fi ore 1 6ciow b. With an observer on the roof,watch the pivot bracket as the cab rotates making sure that rods do not beeui near pivot bracket. pivot bracket must rotate freel . .5. t: Tie Rod Inspection _ 13WARNING= IF CRACKS ARE FOUND THE BRIDGE MUST BE TAKEN OUT OF SERVICE UNTIL THE PIVOT BRACKET AND TIE RODS ARE RE__P_L_AC$D. c. be s the cab full right and test, Operation should T tt' be smooth. follow local safety guidelines while working on top of the passenger boarding bridge .............. __..._ 4. Cheek canopy Closure eration. o6NOTE_ When checking the canopy do not place the laid e swainet an aircraft. a. Left side raise-the motor will stop running when the canoy is full ! - b- Right side raise-the motor will stop tanning when the canopy is full up. <_ Lower the canopy,either fide,a few inches, The canopy town message will appear and the bridge October 2005 2 - 6 ProprietaWConadentat Documentation Page 1 C 2001 FMC Technologies Inc. 75 3ETWAY WMCAirportSystems Apron Drive 2&3 Tromel Solid State FRC-HD-AC hive Section 6:Semi.-Annual Preventive Checklists DESCRIPTION DATE GOOD 12EPAIRB21 or MECHANIC _ I L BRICAT$il wit➢not drive forward. d. Left Emd& wn-extend the curtain unthI the clutch is eutulicated a cliekiu sound e. Righowse-extend.the curtain until the clutch is ndicated by a ciiek➢n round, 5, Horizontal Drive la. Drive Elie bridge full forward-the slaw dawn circuit will activate about 3 feet before,fish Mend is reached,and the bridge will stop before reaching the mechanical sto b, . Drive the bridge full reverse-the slow down circuit will activate about 3 feet bofare full retract is reached,and Use bridge will stop before reaching the mechanical sta c. Insure the travel warning bell is ringing whenever the bridge is enovmg. - d. Rotate the horizontal drive to its right and left hunts. Drive unit should stop at the preset limits. 46. Check r1N0'CE; Ali]movement should e r smooth in operation. If the operation is jerky aodior noisy,cheek for obstrne[fons on the roller tracks. tunnel positioning and tracking,Adjust the rollersas regairxid. See Section g£orertical Drive . Rs7se and Dower the bridge-operation should be smooth. b.. liaise and lower the bridge to its upper and lower limits. The br➢ should ata at the reset he' q- e. inspect vertical lilt column chain coupling(See chapter 4 Section 3 for cedures), 8, Vertical lift column fault➢unit switches. G?NOTE: Check only one limit switch at a time. _ a, Remove limit switch and manually,trip while a _ second person attempts to raise or lower the bridge, If the bridge raises or lowers the limit swiwb must he laced. 8, Vertical lift column fault limit switches. Cordimted — _ ___ b. R out this ed on the other limit uce switch `bNOTE: Any shims that are removed or that may fail free during this process must be replaced before re-securin the limit switches, 9. lns ect the o orators console. - a Check for moisture,rust,and dektia b. C'herlc all printed circuit bows,wire connections and other corn onems for secure mtountin C. Check for my evidence of arching or pitting si lint looseconnections. d. Indicator lights,meters and wirin in nereL 10- Observe the cable carrier tern while retracting and October 2005 2`6 Propdetary(Cornuien0al Do tsnentat➢on Page 2 0 2001 FDIC Technologies Inc 76 WMC AirportSystems JETWAY Apron Drive 2&3 Tunnel Solid State FRC-HD-AC hive Section 6:Scmi-Annual preventive Checklists i DESCRIPTION DATE GOOD PAIRED or vtECIIANIC LUBRICATED Eextendin the bri a to insures Lora does not bind. 11. Check rotunda access panel and hold down clamps fm• socnre rnoun' 12. Chock rotunda side curtains£or tightness and adjust if necess 13. Cbeck cab side curtains for tightness and adjust if nmcssa_ _ 14, Check the following Oeauical cables for deterioration and general condition. a. Exposed cables under ummuls. b. F..r: sod cables undoecab. - .�".�� C. Cables from remade to frame}A. d. dDOIIz Aircraft or cable if a iicable 15. Check m anel equalizing cable and adjust if necessary_ 16. Auto Level a. Check the set screws holding the wheel to the limit switch t oy should be tight $, Check the wheel for wear,flat spots,shiny spots or deterioration. Replace neoessary C. Tum the wheel by hand in both directions insuring freedom of o scion and sifive Tatum¢o neuiml.. & Check lock nuts on auto level arm_Insure the are tight, c*N 1TE: Taming the wheel approximately 150 in either direction will engage the limit switch. e.. Check the arm-it should move freely in both directions. f Check the auto level travel limits with the arm extended and the WO&in"AUTO LEVEL"mode. lb. Auto Lever Continued By hand tom and hold the wheel to simulate the aircraft rising. About 4 seconds will pass before the auto level 1' t and bell comes on. - - Reset the auto level system and check the down travel by turning and holding the wheel in the opposite direction. About d seconds will pass and the warning light and bell come on. 17. Lubricate the folio F+NQTE: Sao Chapter 2,Section 3 for lubrication points and Chapter 2,Section 4 for the Table of Lubricants. h B. Vertical lift caun hn ball serew assembly throug the oil cap no top ofeach column wing hibe spec #2. Use b oz of lubricant. �NQfiE; After lubrication the bridge must be driven to extreme UP and DOWN limits several times to insure proper distribution of the lahrkaut. October 2005 2 -6 Protxietary1confwepod Dccumentatim page 3 Z 2001 F14C Technologies Inc. 77 +TAC Airport Systems JETWAY Apron Drive 2&I Tunnel Solid State FRC-HD-AC Drive Section&Semi-Annual Preventive Checklists DESCRIPTION DATE GOOD REPAIREDor LUBRICATED LUR b. Rotanda,column flange and sleeve hearings with 0. Vertical lift column thrust bearings with lube spec d. Cab cacao py mechanical with tubes pec#3, 2) Lower actuator arm pivot point. 4 Pivot Block ...5) Lower hinges, e. Wheel C and Swivel Column 1) Driw chaina with lobe 5pecA2. 2 Turret Beaten with tubes #1. ____ 3) Bushings and17runnion pin with Tube spec 0. 1 06NOM- The wheel hearings should be labriciated each rune the wheel assemblies are torn down with tube spec 41. 17. Lubricate the fWfoj!iM:(Continued) f. Cable lift arm hinges with lube Nnq#3. S. Cab rotatimpare;with tube Me_c,#3. 1) Drive chains with Lute Spec#3. 2) S2rockel shafts with Luba 5 ec#3. 18. After lubrication,operate the bridge to all limits to distribute lubrication. 19. Check mranda floor alie!Laerit. 0. Check drain,spouts is turinsel floor guitars- Make certain they are out clogged with debris and will pass water. 21. Check tires' Ia. Chock air parssure&fill,if b. Check guioral condition oftires. 22. 1 Check the followicip,weather scans for general condition: I- Rotunda to Building b7r --Splice seals- ifs licable, 23. Thoroughly wash bridge exterior. See Chapter 2 Section 10 RIT inalluutions. 2 24, Inspect exterior point for chips,cracks and rust- Tawh;- 23.4, up as 25. Check tunnel rollerjaclo�.and adji�g 2 6.—'Check all turinel roller adjuWng bolts for tightness. October 2005 2 - 6 Page 4 2001 Ric ledinciagies Inc. 78 WMC AirportSystems IETWAY Apron Drive 2&3`funnel Solid State FRC-AD-AC Drive Section 6:Semi-Annuat Preventive Checklists DESCRIPTION DATE GOOD REPAIRED or MECHANIC LUBRICATED 26. Check the following mounting bolts for fi toess' a.. Horizontal Dam b. Vertical Lift Cohn= . e. Landing d. Rotunda Colman Radial Hearin d. Rotunda Column Splim if applicable e. Wailtway Haunch Splice,if m2ficable _ 4s OTR:If any of the above mounting bolts are loose,they must be replaced with ASTM A325 bents (refer to Fastener Identification Chart in Appendix A),ASTM 563 nuts(identified by three (3)radial lines on nut),and fiat hardened washers. All replacement bolts and nuts should be coated to prevent corrosiou. The new bolts should be tightened as described in the Butt Torque Requirement section of Chapter d,Section 8, Only remove and replace one bolt ar a acme. U�NtITF: The tightening of the new bolt may cause other bolts in the joint to loosen.Therefore,after tightening the new bolt,re-verify the tightness of the remaining bolts, Repeat the procedure until all the bolts are tight. If more than one bolt in a joint is loose,then all of the bolts in the joint should be replaced and tightened one at a time). 79 dFMC AirportSystems SETWAY Apron Drive 2&3 Tunnel Solid State FRC-HD-AC Drive Section 7:Annual Preventive Maintenance Checklists DESCRIPTION DATE GOOD REFADYEIIor MECIlANIC LtIRRICATED 1. FSI� bridge to all limits to detect any operational . 2, te the fallowing limit switches by hand ure th work pro erl nda Rotation e Limits3b Rotationte the cab full right and left. Operation dtoold ooth. a. Fdd ano closure o 'on. _ When checkln the can® do not pine¢the brhl e a s_fl_tst an aircraft- t side raise-the motor will stay rurming when cano is fu❑u . ht side raise-the motor will stop-mnniug when caraapy is full up. er the canopy„either side,a few inches. The - py dawn message will appear and the bridge not drive forward. _ Left side down-extend the curtain until the¢tote# n td indicated b a clicking sound. ht side down-txtend the curtain until t#e ch is en ed indicated by a clicking sound. 47b ml Drive _ve the bridge full foj -the slowj uit will activate aboet before dzreched,and t#o brid slop befoingL mechanical s€o s.ve the bridge full rethe slow uit will.activate aboet before fctached,and the brid stop befoingmechanical st s.re the navel warnins ringing rbridge is moving.ate the bmizontal drts right ants. Drive unit shoulat the tra �I�rOT$;. All movement should be smooth in operation. if the aperatlon is jerky and/or noEsy,checll for obstructions on the holler traeka. October 2005 2-7 FroPrletary}ciatfiGentol oowmentation Page 1. 0 2001 FMC Tecdnologes Inc. 80 FMC A"ort Systems JETWAY Apron Drive 2&3 Tunnel Solid State FR.C-HD-AC Drive Section 7 Annual Preventive Manvimance Checklists DESCRIPTION DATE GOOD REPAIRED or MECHANIC LURRLCATEb $. Vtttical Brive a Raise and lower the bridge-operation should be smooth. b. Raise and Iower the bridge to its upper and lower limits. The bridge should stop ac the preset heights, C. Inspect vertical lift column chain coupling(See -' chapter 9 Section 3 for rocedures). 7 tTerticai lift calunm fault limit switches.._.... %NQTF: Check on one limit switch at a time. a. Remove&rndr switch and manually trip while a second peasan attempts to raise or lower the bridge. If the bridge raises or rowers the limit switch must be replaced. b. _RTeal tlu's procedwe on the ether omit switch. --- 14 lNUI I'E: Any alders that are unloved or that may tall free tiering this process must be replaced before r"ect ring thr llmlt xn2tekes. g. Inspect the operators Console. _ r..._._�_ a. Check for uwisture rust,and debris. b. Check all printed circuit boards,wire connections and other co oncnts€or secaaa mouatit&. c. Check for any evidence of arching or pitting - si alin ]ooau s:onnamtimna. d- Indicator iigwl meters and wiring 9. Observe the cable carrier system while retracting and czx"dinng the bridge to insure system dues not bind. M Check rotunda access panel and hold down clamps Far aecttre maun' FIL Clerk rotunda aide curtains for tightness and adjust if necessa Check cab side curtans€or tightness and adjust if recess October 2005 2 - 7 . Pronrlebvy/Confid:ndai Dcaancntation Page 2 d 2001 FMC Technolmes Inc. - 81 4FMC AirportSystems .IFTWAY Apron Drive 2&.3 Tunnel Solid State FRC-HD-AC Drive Section T Annual Preventive Maintenance Chnakhsts - DESCRIPTION DATE GOOD REPAIRED or MECHANIC LUBRICATED 13. Check the following electrical cables for deteaioratiou and oral ponditiou. a. Ex osed cables under tunnels. b. Exposed cables under cab. — —....-..—._._._.,.,,_,. ..._.._..__ a Cables from rotunda to tunnel A. d. 400Hz A_imm Wwor input cable jif livable 14. Check tunnel talizing cable and adjust if neresm. I5. Auto Level a. Check the act screws holding the wheel to the limit switch they should be ti ht. b. Check the wheel for wear,Flat spots,shiny spots or _ deeeriorarion. Keplace if necessary c. Turn the wheel by hand iu bosh directions iusuruxg fieedotn of o cratieu and ositive return to nonttul. p}AlU'TTfS: Turning the wheel approximately IS°in ehher direction will engage the limit switch. & Check lack nuts an auto level arm.Insure the are — 0 tight. e. Check the arm-it should move freely in both directwas. f. Check the auto level travel limits with the aim extended and the bride in"AUTO LEVEL"mode. By hand turn and hold the wheel to simulate the aircra8 rising. About 4 seconds will pass before the auto level warming light and bell comes on. - I& Lubricate the following: R. See Chapter 2,Section 3 for Lubrication points and Chapter 2,Section 4 for the Table of Lubricants. _ a. Vertical lift column ball screw assembly through the oil cup on top of mob column using lube spec #2. Use 6 oz_of lubricant. W�'.OTE: After lubrication the bridge must be driven to extreme VP and DOWN limits several times to insare proper er distribution of the lubricant. b. Rotunda column flange and sleeve bearings with lubes eu#1. C. Vertical lift column thrust hearings with tube spec #L d. Cab caner M2EhanLc2leads with lube!Pec#S. I Actuator pivot point. 2 Lower actuator arm pivot Dolnt. _ 3 Lnwer actuator arm bushin October 2005 ? — 7 Proprietary/Confidential oocvmentabon Page 3 9 2001.rMC Tedaro6giea its. 82 WMG AirportSystems tETWAY Apron Drive 2&3 Tunnel Se€id Stele FRC-Hr)-AC Drive Section 7:Annual Preventive Maintenance Checklists DESCRIPTION DATE GOOD REPAIREDor MECHANIC LUBRICATED 4) Pivot Block 5) Lou—hn es __....._. c. Wheel Carriage and 3 Drive chains with lobe s ec#2. 2 Turn,[Bear§ag w€th Iubc spec#I. 3) Bushings and Trunnion pin with tube spec #3. 'bNOTE: The wheel bearings should be lubricated each time the wheel assemblies are horn down with Inbe span#L C Cable lift.arm h' es with lute spec#3. Cab rotation with lobe spec#3. 1 Thrive chains with Lube Spec#3, 2) Sprocket shafts with Lube S ec#3- . h- Roranda Fiin c ins with I.ube 1& After iubrication,operate the bridge to all limits to dmmbuw lubrication. - 19. 1 Check rutunda Hoar all eat. —.� ..._ 20, Check drain spouts in tunnel floor guttem Mace certain they ate not cio ad with debris and will ass water. 21. Check tares --- --- _.��_ i Chock air essun and fill,tf necessar b. CSuck eras condition of tires. 22. Cheek the fallowing weather seals frm general ^- - condition: a. Rotunda to Building _-__ b. S hoe seals if A.licable_ -" 23. Thoroughly wash bridge exterior. See Chapter 2 Section 10 for instructions. 24.� Inspect exterior paint for chips,cracks and rust. Touch- UP m necessary 25. Check tunnel miler tree .and ad'ust if necessary. ..�. 26 all tunnel roller "aerie bulb for ' btuess. October 2005 2 - 7 ProprletarWConfidenaal Decunentaaon Page 4 tD 20DI FMC Tachno"Ies.Inc, 83 >ETwAY "FMC Airport S stems Apron Drive 2&3 Tunnel Solid State FRC-FID-AC Drive Section 7:Annual Preventive Maintenance C ecklitui rreplacement ESCRIPTION DATE GOOD REPAIREDor LUBRICATED MECHANIC the fallowi mounting bolts fo[tigbirts;ss. Horizontal Drive ical Lift Column ing nda Column Splice, if a l cabin Walkway ifaun 11 'Plies, if a livable If any of the above mounting bolts are loose,they must be replaced with ASTM A325bolts(refer to Fastener Identification Chart in Appendix A),ASTM 563 nuts (identified by three(3)radial lines on nut),and flat hardened washers. AIf replacement bolts and nuts should be coated to prevent corrosion. The new bolts should be tightened as described In the Bolt Torque Requirement section of Chapter 4,Section 8. Onl retttove and re iThe tightening of the new bolt may cause other bolts in the joint to loosen. Therefore,after tightening the new bolt,re-verify the tightness of the remaining bolts. Repeat the procedure until all the bolts are tight. If more than one boll in a joint is loose,then all of the bolts in the joint should be replaced and tightened(one of a timej_ 28. Inspect the lift column slide pads(See Chapter 2, Section Ii far rccc!b-- 29. Check the horizontal drive chains and sprockets for signsof$ ,ontol(III,�,tus or ,. 36, t the hellowi brakes: VpYI,(?.TE. See Cha ter 2 Sectien 8£ar ins coon aad adjustment wrocedures. a. Vertical Drive _„._......._........ _..- 5CIwk Rorizontai DrvCab Rotation40iHz Hoist melonck main welds around tic rotunda and rigidcracks and other visual defects..ck welds on upper f lower drive column and Column ntin aces for cracks and other visual defects. ck welds on stairllanding mounting bracktts for ks and other visua Screw Ins ionect the Vertical Drive ball screw att�tan(to)years ervice for excessive corrosion,cracking,pitting,ges,brinelling or mvtsual wear of the bail grooves. r this initial inspection,inspect the ball screw every 5 ors. Sec ri e I below) 84 ATTACHMENT"`C" "Tf#S FORM MUST BE COMPLETED AND SUBMITTED IN A ERATELY SEALED ENVELOPE#2"Cost Proposal",NDLwith Envelope#1.Technica "o PrPropose!*) REQUEST FOR PROPOSAL(RFP#10-11) PASSENGER LOADING BRIDGE MAINTENANCE SERVICES COSTPROPOSAL Responding to Request for Proposal No. 10-11 Passenger loading Bridge Maintenance Services, I1UVE will accept as hull payment the following payment for providing all labor,supervision, services, materials equipment,supplies, installation,testing,and training to complete the Passenger Loading Bridge Maintenance and Inspection services, The undersigned Proposer proposes and agrees to provide all work and services necessary to deliver passenger loading bridge maintenance services as defined in the Scope of Work herein. t.The Preventive Maintenance portion of this agreement will be an Annual fixed price agreement for the entire term of the contract. Compensation for the Preventative Maintenance portion shall be calculated and paid to the Contractor in four(4)equal quarterly payments. Cast must include any and all Federal, State and Local taxes PROPOSED ANNUAL PRl VENTATIVE MAIN_ TENANCE AMOUNT (PRICE MI FIGURES) __ILA iATY E t yC— p car cep L . (PRICE IN WORDS) 2. A telephone support hourly rate will be quoted separate.frpm the Preventative Maintenance portion of the work. In addition,the on-site trouble call(for ton-routine maintenance services) portion will be quoted as an hourly rate(loth 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.......................... „ $ /Hour On•caUnon routine maintenance,portal to portal. Monday through Friday TAM—3PM.......................$ /Hour Saturday-Sunday,and all other hours outside d 6 of hours listed above_.....1...... ,*, $ �hfour .... � Salt Screw installation casts...... IEech 3. Identify your firm's pricing structure for: (is: % Discount?Other?) OEM pads:...........As Detailed in Exhibit "D" 0 Non-OEM pads As Detailed id Exhibit '"D" ,.... Non-routine maintenance and repairs are difficult to predict by their very nature. The contrari will provide for an allowance of estimated non-routine repair costs lased 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 forlalture of travel pay. 19 of 41 ,r Revised:6116fi0 R ' IS .EL Po box 19 K'oerrswn r:A 92334 P�auwe: 909.356.8627 ENGINEERING SOLUTIONS No. Fa: 909.396.8626 • Eiea,aa • Pam R L� Sar m • POAIRS Hv/AC • 400 Hz GFUla • 6ncg�.nee 5ra'2�.+e - Quarterly preventive maintenance, Perform quarterly preventive maintenance on eight passenger boarding bridges,eight 400HZ jet powers,eight PCAirs and potable water carts for the first year, Total maintenance cost thirty fire thousand dollars($35,000.00)non routine calls:$72.00/hr Due to the cost of living,increase on parts,oils and gasoline:etc starting the second year of this contract if allowed by the authorities,we would like to adjust our prices with a five percent(5%)Increment each year,on the preventive maintenance amount and non routine maintenance services. For second year the total maintenance cost:$36,750A0 non routine calls:$75.60/hr Fort the third year the total maintenance cost:$38.588.00 non routine calls:$79.38/hr For the fourth year the total maintenance cost:$40,520.00 non routine calls$33.34/hr For the fifth year the total ma"mtemnce cast:$42,543M non routine calls$87.501hr We really appreciate this opportunity and look forward to keep working with you for the next five years. If you have any question,or need more information,please do not hesitate and call us at(909)356.8827. Thank you very muc , Romeo pez President RISELO ENGINEERING SOLUTIONS,Inc. Phone(909)351 Fax(909)35§-8826 P.0,0�2019 • Fcwrreua, CA 92334 909.356.6SZ7 • F+ 909.356.81326 EXHIBIT"D" SCHEDULE OF COMPENSATION The preventative maintenance portion of this agreement will be an Annual fixed price agreement for the entire term of the contract. Compensation for the Preventative Maintenance portion shall be calculated and paid to the Contractor in four(4) equal quarterly installments. On-site trouble call for (non-routine maintenance services) portion will be compensated at 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. Service contract's fees are as follows: Annual Fixed Hourly On-Call Rate Year 1 $35,000 $72.00 Year 2 $36,750 $75.60 Year 3 $38,588 $79.38 Year 4 $40,520 $83.34 Year 5 $42,543 $87.50 The Airport shall utilize the hourly on-call rate as provided in this agreement for any non-routine maintenance issues that require immediate attention as they arise. PRICING STRUCTURE FOR OEM PARTS: When OEM parts are available from Riselo's discount supplier network, Riselo will charge the City their cost+5% mark-up for the part. When OEM parts are not available from Riselo's discount supplier network and are only available directly from the manufacturer at full price, Riselo will charge the City the same price, with no mark-up. When permitted by the City to substitute Approved Manufacturer Equivalent parts for OEM parts, Riselo will charge the City their cost+5% mark-up for the part. 87 EXHIBIT "E" SCHEDULE OF PERFORMANCE A. Response Times: 1. Response time during basic service hours Monday through Friday 7:OOAM to 3:OOPM • Response Requirements: Should contractor be called prior to 11:OOAM — Same Day response is required. • Should contractor be called out after 11:OOAM, next day by 7:OOAM is required response. Only at Airport Management discretion may the response times be adjusted on a case by case basis. • Penalty for non compliant response times will result in forfeiture of travel pay. B. Project Schedules: 1. Contractor to perform according to the Schedule of Performance as outlined in 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. 88