request for proposals operations and maintenance services ... 29097.pdf · seven (7) passenger...
TRANSCRIPT
March 15, 2019
Request for Proposals
Operations and Maintenance Services for the Outbound Passenger In-
Line Baggage Handling System and Passenger Boarding Bridges
T.F. Green Airport
Contract No. 29097
1
Introduction The Rhode Island Airport Corporation (RIAC) is soliciting proposals for operations and maintenance services of the Outbound Passenger In-Line Baggage Handling System (BHS) and seven (7) Passenger Boarding Bridges (PBB) at T. F. Green Airport. Request for Proposal (RFP) Requirements RIAC requires respondents to keep the proposal to a maximum of twenty (20) 8½” x 11” double-sided pages, no less than 12 font, excluding:
Cover Letter & Executive Summary (one page, single sided)
Table-of-Contents
Resumes (each resume should not exceed one page, double sided)
Professional References
Fee Schedule (Attachment H) Proposing Firms shall submit one electronic (Thumb/Flash Drive only accepted) and five (5) printed copies of the proposal to:
Office of Procurement Rhode Island Airport Corporation
T. F. Green Airport 2000 Post Road, 3rd Floor Warwick, RI 02886-1533
Attn: Operations and Maintenance Services for the Outbound Passenger In-Line Baggage
Handling System and Passenger Boarding Bridges - Contract No. 29097 The proposal must be submitted no later than 2:00PM EDT, April 12, 2019. Late submissions will not be accepted. A pre-proposal meeting and site tour will be held at T.F. Green Airport (report to the 3rd floor of the terminal building by 9:45AM) at 10:00AM, March 29, 2019 EDT. Prospective Proposers are highly encouraged to attend this meeting. All attendees must complete the Visitor Badge Application and return via email to [email protected] no later than 1:00PM March 27, 2019 in order to participate in the site tour. In order to control the dissemination of information regarding this Request for Proposals (RFP), Firms interested in submitting proposals shall not make personal contact with any member of RIAC staff or Board of Directors regarding this RFP. Questions concerning this RFP should be directed, via email, to [email protected] no later than 4:00PM April 2, 2019. RIAC will respond to all relevant questions no later 4:00PM April 4, 2019 via addendum. This addendum will be posted to RIAC’s website (www.pvdairport.com/corporate/procurement) and the State of Rhode Island’s Division of Purchasing website (www.purchasing.ri.gov/). RIAC accepts no financial responsibility for any costs incurred by a Firm in responding to this RFQ, participating in oral presentations, or meeting with RIAC prior to being awarded the contract. The proposals in response to this RFQ become the property of RIAC and may be used by RIAC in any way it deems appropriate. All information submitted in response to this RFQ is deemed public and subject to disclosure unless a separate redacted public copy is submitted, regardless of whether the information is marked confidential/proprietary. Firm’s may redact in the public copy any trade secrets or commercial or financial information which is of a privileged or confidential
2
nature pursuant to the Access to Public Records Act (R.I. Gen. Laws § 38-2 et. seq.). If Firm does not submit a redacted public copy, RIAC assumes that Firm is not seeking confidential treatment for any of its information and thus, all information is subject to public disclosure. RIAC reserves the right to interview some, all or none of the Firms responding to this RFP based solely on its judgment as to the Firms proposals and capabilities. RIAC reserves the right to reject any and all submittals, to request and consider additional information from submitters, and to reject any and all submittals on any basis without disclosing the reason. No Firm may withdraw their submittal for at least one hundred twenty (120) days after the time and date set for submission. RIAC reserves the right to waive any irregularities and technical defects. RIAC reserves the right to modify, amend or waive any provisions of this RFP, prior to the issuance of a contract. RIAC’s standard Professional Services Agreement (PSA) is attached hereto and incorporated herein by this reference. RIAC requires the selected respondent to execute the PSA. RIAC may, at its sole discretion, add additional tasks beyond the scope of this RFP under the PSA. These tasks will be mutually agreed upon and negotiated at time of execution. The term of the PSA will be for five (5) years with one, two-year renewal at the sole discretion of RIAC. Airport Activity T.F. Green Airport handled approximately 2.2 million enplaned passengers in 2018 and processed approximately 1.26 million pieces of baggage (averaging 105,000 monthly and 3,451 daily) with 70% on the North and 30% on the south BHS rooms. During the BHS peak time, there are approximately 550 bags per hour. Fifty percent of the traffic occurs before 9:00 am. The normal daily airline demand on the BHS System is between 3:00 a.m. and 10:00 p.m., subject to change based on airline schedules. Technical Details - In-line BHS The in-line BHS system is manufactured by the Jervis B. Webb Company and includes approximately 4,311 linear feet of conveyor. The Explosive Detection System (EDS) machines are L3 6000 with the full field of view and high speed diverters. The Programmable Logic Controllers (PLC’s) are Allen Bradley utilizing RS Logix. There is a crossover system in the North side only (Attachment A & B BHS Drawings). There is one BHS Control Room for the entire system located on the second level of the terminal. Below is a list of critical BHS equipment: Equipment Controls
PLC’s o (8) Allen Bradley Control Logix Model 1756-L62 o (9) Allen Bradley Flex Logic Model 1794-L34
(25) Motor Control Panels
Baggage Handling Control System o (2) Co-Servers o (1) Virtual Baggage Handling System Control Server o (2) HMIs o (2) MDS Computers
Baggage Tracking and Sortation
(2) SICK Automatic Tag Readers
(4) SICK Bag Dimensioning Devices
(16) Siemens HSD (High Speed Diverter/Sort Diverter) Model 6600
3
Conveyor System
(75) Transnorm Power Turns (TS1500)
(6) Portec Power Turns
(108) Buffer/Queue Conveyors
(6) Webb Make-up Units
(7) Tip Chutes
(16) Siemens 45-Degree Short Merges (Reverse)
(17) Webb 45-Degree Forward Merges
(10) Fire/Security Doors (Various Manufacturers)
(85) Transport Conveyors
Technical Details - Passenger Boarding Bridges (PBB) RIAC currently owns seven (7) PBB’s at the Airport. These PBB’s are all manufactured by Jetway (Attachment C). Some gates have, in addition to the PBB’s, a Point of Use Pre-Conditioned Air unit (PCAir) and an Aircraft Ground Power unit (GPU).
Minimum Expectations/Requirements BHS System Only:
1. The Operator is expected to staff the BHS Control Room with one (1) technician during all times the BHS is operational.
2. At least one (1) electrician (preferably with PLC experience) on duty seven (7) days a week.
3. At least one (1) Mechanic and two (2) BHS technicians on duty to respond to bag jams and repairs between the hours of 3:00 a.m. and 7:00 a.m.
4. The Operator will be required to maintain the existing Technical Support Agreement with Jervis B. Webb.
5. BHS tubs will be utilized for odd size items and it will be the responsibility of the Operator to ensure that enough tubs exist for all the airlines, who will all use the same tubs. The Operator will also be responsible for ensuring that the tubs are returned to the airlines each day.
6. The Operator will be required to have one (1) PBB technician available on site during airline operational hours (currently 24/7/365 due to late flights) to respond to PBB malfunctions and assist the airline in the operation of the bridge, as necessary. If spare or replacement parts are required to complete a specific repair, the contractor shall schedule this repair so that all the required materials, components, supplies, equipment are procured and are on-site before the specific PBB repair item is scheduled to be performed.
Both BHS and PBB System 7. Provide sufficient staff to service and maintain the BHS and PBB systems, to include, but
not limited to, preventive maintenance of the system in accordance with OEM specifications, system performance monitoring, dispatch of repair and/or bag jam response, record keeping in the Computerized Maintenance Management System (CMMS) relative to system performance characteristics and statistics, and stakeholder communications.
4
8. Preventive maintenance will include visual inspections, lubricating, tightening, adjusting and providing minor corrections to assure proper operating condition of equipment.
9. All BHS and PBB work shall be planned and executed in a manner so as to minimize the impact on existing airport and airline operations.
10. Provide training for airline employees on PBB and BHS operations, to include baggage hygiene.
11. In the event that contingency plans need to be activated, the Operator is expected to assist in the implementation to maintain operations to the greatest extent possible. This may include increasing staffing and operating in areas not usually required of the operator (such as the ticket counters to transfer bags to another ticket counter or to another location).
Each employee shall carry an Identification Badge issued by RIAC to be worn in a visible location, as prescribed by the Transportation Security Administration (TSA). The badge is to be worn on their person at all times while performing services on RIAC premises. Operator will be charged a fee of $80 and a deposit of $250 for each badge issued. Employee parking is the responsibility of the employee. RIAC offers a monthly parking rate of $30 in the long-term parking Lot E.
Experience The Operator must have at least five (5) years of experience and the ability to demonstrate their qualifications and ability to provide the following services:
Preventive maintenance and repair of PBB’s, ground power units, and preconditioned air units.
Preventive maintenance and repair of a BHS, to include, but not limited to, PLC, conveyor motors and belts, high speed diverters, and control room operations.
Record maintenance and production of system performance reports using a CMMS.
Performance Measures can also be found in Attachment D.
Inventory Requirements RIAC shall reimburse Operator, at cost, for all parts required to maintain the BHS and PBB operations only after the consumable has been installed. The Operator is responsible for purchasing and managing all parts in accordance with the State of RI procurement regulations, as follows:
Less than $1,000 per item, Operator may procure with no competitive quotes.
Parts in excess of $1,000 per item require 3 quotes where possible, minimum of 2 required.
Parts in excess of $5,000 per item require RIAC to advertise an Invitation for Bid (IFB) to procure.
The Operator will be responsible for maintaining the system to ensure system functionality and keeping separate spare parts inventory on hand as it deems appropriate. The current Operator spare parts inventory (Attachment E) will need to be purchased by the new Operator from current Operator for its current value of approximately $39,000.
5
RIAC owned inventory (Attachment F) and parts will be turned over to Operator to maintain. Storage for the spare parts will be provided by RIAC, in addition to office space.
Computerized Maintenance Management System (CMMS) The Operator will be expected to assume the current CMMS as follows: PLANON Build: 37.0.0.2-1 Java Version: 18.01_181 DataBase: plandb2896 DataBase Host: jdbc:sqlservers://172.16.89.8.1433 ApplicationServer: http://127.5.229.1:18080/rest 1997-2018-planon PLANON Customer support: T:+1 (781) 356 0999 The Operator will be further responsible to migrate the current CMMS to the following: INFOR Cloud Based, EAM Enterprise Edition, Release 11.3, contact Tucker Garbade | Sr. Account Manager-Public Sector (Federal, State, Local & Higher Ed) office: 770 625 4433 I [email protected] | My LinkedIn The CMMS will be used for all aspects of its operation including, but not limited to, tracking of work orders, spare parts, Operator’s labor, and the reoccurring maintenance cost of the system. The INFOR CMMS will be a cloud hosted platform and the assigned owner will be RIAC. The CMMS will be the means by which payments to the Operator will be made. The Operator will also be responsible for providing communication systems (i.e., cell phones or two way radios). RIAC will provide the computers that will be a part of the BHS Control Room and two (2) maintenance laptops. Operator is to maintain the current BHS Operations Procedures Manual for all critical system operations to include situation, notification and responses. A copy will be available upon request. Submittal Criteria The Proposal shall include the following items which will assist in the evaluation: A. Cover Letter/Executive Summary
The Cover Letter shall name the Firm, its legal structure, all major subcontractors and the respective roles for each Firm. The address of the office conducting the work and the names of the persons who will be authorized to make representations for the Firm, their titles, addresses, e-mail and telephone numbers shall also be included.
B. Relevant Experience/Proposed Services
1. Project Understanding The Firm shall discuss its understanding of the scope of services to be provided,
and based on past experience, critical issues that impact the successful operation of an in-line BHS and PBB. The purpose of this requirement is to ensure that the Firm has a complete and accurate understanding of how to operate and maintain an in-line system and identify and correct issues prior to the system certification process with TSA.
2. Past/Current Experience The Firm shall describe the company's experience with operations and
maintenance of Outbound Passenger Baggage Handling and/or In-line Baggage
6
Screening Systems, including Baggage Control Room Operations and PBB’S for jobs it has performed or are currently performing. Additionally, the Firm should include relevant experience in dealing with TSA and BHS manufacturers.
3. Proposed Services
The Scope of Work shall include, but not be limited to, operating and maintaining the outbound passenger in-line BHS, baggage control room and PBB’s as follows:
System Operation
Develop and provide the appropriate documentation and training to support all contracted operational facets of the System;
Operate the baggage control room to monitor and track system performance and coordinate planned system usage with baggage handling demand;
Dispatch for maintenance and/or bag jam retrieval, and coordinate as appropriate with all stakeholders;
Operate the system in such a manner as to achieve maximum throughput rates, sortation accuracy, tracking accuracy, read rates, and system availability;
Conduct periodic system performance reviews and, if necessary, propose changes that may improve overall system performance;
Provide the appropriate corrective measures in reaction to system faults, failures or other situations where human intervention is required to sustain system performance;
Analyze and assess the System performance through report and information analysis; and
Coordinate plans and activities between all parties as necessary to address operational and systemic requirements for operating the System.
System Maintenance and Documentation
Develop and provide the appropriate schedules, documentation and training to support all contracted maintenance of the System and PBB’s;
Inspect and note suspected and malfunctioning system components for the necessary maintenance activity;
Conduct preventative maintenance on the System and PBB’s based on a Reliability Centered Maintenance concept, the Preventative Maintenance Schedule, Original Equipment Manufacturers’ (OEMs) recommended maintenance instructions and system performance considerations;
Repair and/or replace Non-warranty System Components;
Coordinate with OEMs for all warranty and non-warranty repair and replacement work;
Repair and/or replace warranty System Components in the event that it is in the best interest of RIAC. When this does occur, RIAC will be credited when appropriate and/or billed for the parts and services rendered;
Conduct periodic reviews of maintenance procedures and, if necessary, propose changes that may improve overall system performance;
Track and record all maintenance and warranty information requirements in a CMMS; and
Serve as primary coordination point for all system repair work and coordinate plans and activities between all parties as necessary to address operational and systemic requirements for maintaining the System.
7
Management and Administration
Supervise and schedule all contracted resources in all aspects of the responsibilities and staffing levels;
Communications, coordinating and reporting between RIAC, the air carriers, TSA and other interested parties to minimize impact to day-to-day and irregular airport operations;
Coordinate with RIAC in the assessment and restocking of parts and consumables inventories; and
Coordinate with RIAC in the ongoing assessment of the services and staff.
4. Staffing Plan The Firm shall provide a complete and detailed organizational chart that identifies
key personnel with site manager resume, including staff schedules, assignments and standard duties/responsibilities/requirements for BHS and PBB operations and maintenance positions. Firms will be required to provide 100% of proposed staffing levels with no more than 15% of the FTE comprised of “temporary” staffing. Additionally, any shortage to the 100% staffing level must be corrected within 10 business days. For each day over the 10 business days, RIAC reserves the right to reduce the Management Fee by 1/365 until staffing levels are at 100%.
5. Detailed Cost The Firm shall provide a complete and detailed cost as per Attachment G. 6. Compliance with Laws and Regulations – The Firm must indicate that it will comply
with all applicable Federal, State and Local regulations and laws, including an Affirmative Action Program.
7. Disclosure and written explanation of all litigation (including arbitrations), disputes,
contract defaults, and/or liens within the last five years involving the Proposer. For the purpose of this disclosure, material shall mean an amount in controversy (alleged or otherwise) equal to or greater than $10,000.
8. Other information as deemed relevant by the Firm.
8
Evaluation Criteria Proposals will be evaluated by a Selection Committee, which will be seeking to distinguish which Firm has, through the appropriate combination of several criteria, the abilities to best perform the required services to the satisfaction of RIAC. While some criteria may be ranked higher than others in the selection process, the proposal that achieves the highest overall ranking will be considered top-ranked by the Selection Committee. The proposals will be evaluated using the following criteria: A. Firm’s Capability, Capacity, and Qualifications 20%
Recent relevant experience operating and maintaining in-line EDS baggage handling systems, bag rooms including Baggage Control Rooms and PBB’s.
Experience of Firm in operating and maintaining similar size projects at medium-hub airports (or larger) U.S. airports.
Past experience of firm in optimizing system performance through a demonstrated ability to provide innovative solutions based on a thorough understanding of the issues.
B. Staff Qualifications and Experience 20%
Recent relevant experience of key staff in operating and maintaining in-line EDS baggage handling systems, bag rooms and PBB’s.
Experience of key staff in operating and maintaining similar size projects at medium-hub airports (or larger) U.S. airports.
Ability of key staff to efficiently communicate to the stakeholders involved to achieve optimal system performance.
C. Proposed Operations and Maintenance Services/Work Plan 30%
Project Staffing – Firm must submit a project organization chart that shows which key personnel will be responsible for the responsibilities listed previously.
Work Plan – Creative approach to ensure system reliability and minimize downtime and interruptions to carriers.
Safety Approach – Policies and procedures used to maintain and monitor the safety of all parties involved in the system operation and maintenance.
D. Cost (See Attachment G) 30% Performance Guarantee: Operator shall obtain a third-party guarantee of its performance under this Agreement in accordance with one of the following provisions:
a. On the effective date of the Agreement, Operator shall provide RIAC with a document(s) providing for financial guarantees under this Agreement. Such financial guarantee document(s) shall be in the amount of Two Hundred and Fifty Thousand and 00/100 Dollars ($250,000.00).
b. At the discretion of the Operator, this financial guarantee may be: (i) in the form of
an irrevocable letter of credit drawn on a banking institution acceptable to RIAC, in favor of and deposited with RIAC; (ii) in the form of a surety bond issued by an insurance company or surety company qualified and admitted to do business in the State of Rhode Island; or a combination of both (i) and (ii). Such insurance company or Surety Company shall be acceptable to RIAC.
9
c. Commitment documents providing for continuation or replacement of the financial guarantee documents shall be received by RIAC at least thirty (30) days prior to their expiration.
Insurance Requirements Evidence of insurance as specified in the Professional Services Agreement. Disadvantaged Business Enterprise Participation The firm must indicate that it will comply with all applicable Federal, State and Local regulations and laws, including Affirmative Action and the Disadvantaged Business Enterprise programs. Additional Requirements Campaign Finance Compliance Every person or business entity providing goods or services at a cost of $5,000 cumulated value is required to file an affidavit regarding political campaign contributions with the RI State Board of Elections even if no reportable contributions have been made (RI General Law 17-27). Forms may be obtained at Board of Elections, Campaign Finance Division, 50 Branch Avenue, Providence, RI 02904, (401-222-2056). Major State Decision-Maker Does any Rhode Island “Major State Decision-Maker”, as defined below, or the spouse or dependent child of such person, hold (i) a ten percent or greater equity interest, or (ii) a $5,000 or greater cash interest in this business? For purposes of this question, “Major State Decision-Maker" means: (i) All general officers; and all executive or administrative head or heads of any state
executive agency enumerated in R.I.G.L § 42-6-1 as well as the executive or administrative head or heads of state quasi-public corporations, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of president, senior vice president, general counsel, director, executive director, deputy director, assistant director, executive counsel or chief of staff;
(ii) All members of the general assembly and the executive or administrative head or heads
of a state legislative agency, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of director, executive director, deputy director, assistant director, executive counsel or chief of staff; and
(iii) All members of the state judiciary and all state magistrates and the executive or
administrative head or heads of a state judicial agency, whether appointed or serving as an employee. The phrase "executive or administrative head or heads" shall include anyone serving in the positions of director, executive director, deputy director, assistant director, executive counsel, chief of staff or state court administrator.
If your answer is “Yes”, please identify the Major State Decision-Maker, specify the nature of their ownership interest, and provide a copy of the annual financial disclosure required to be filed with the Rhode Island Ethics Commission pursuant to R.I.G.L. §36-14-16, 17 and 18.
Visitor Badge Application
Name: ___________________ _______________ _____________ Last First Middle Drivers License Number/State ID Card:
_________________ _______________ _____________ Number State Expiration Date Date of Birth: _________________ Month/Day/Year Do you have an existing active Badge ? Yes / No (please circle one)
ATTACHMENT C - PBB MANUFACTURER INFO
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 02 Jetway UNKNOUN Jetway A3-58/110 36621 36621 Tubless
GPU Jetpower 09/01/17 JBT JTP390KVA 45922
Air Jetaire 11/01/17 JBT SJ-70-2 65263
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 07 Jetway UNKNOUN FMC A3-58/110-125R 38167 38167 Solid
GPU Jetpower UNKNOUN FMC J-090-115-B1-001 LC6342
Air Jetaire 11/13/1996 FMC XPC 3000 60228
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 08 Jetway UNKNOUN FMC A3-58/110-125R 38186 38186 Solid
GPU Jetpower UNKNOUN FMC J-090-115-B1-001 LC6236
Air Jetaire 11/13/1996 FMC XPC 3000 60229
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 11 Jetway 1982-83 UNKNOUN A3-68/141-125R 9781 3107 tubless
GPU Jetway UNKNOUN Jetpower J-090-115-B1-001 NH-6644
Air UNKNOUN UNKNOUN
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 12 Jetway 5/1/2012 JBT A3-58/110-125R 32099 32099 Solid
GPU FCX UNKNOUN FCXTREME PECO72-H-40-F-PWM 3129
Air FCX 6/2/2013 GSA0030B GSACO30B-F-A A12502-R
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 14 Jetway 2012/05 UNKNOUN A368/141-125R 32100 32100 Solid
GPU FCX UNKNOUN FCXTREME 400 PECO72-H-40-F-PWM 3128
Air Twist Inc. 2012/05 FCX GSAC030B A12503
Manufacturer Date of Manufacturer Make Model Serial Number OG Tires
PBB 22 Jetway 5/1/2012 UNKNOUN A3-68/141-125R 32101 32101 Solid
GPU FCX UNKNOUN FCXTREME 400 PECO72-H-40-F-PWM 3127
Air FCX 6/1/2013 FCX GSACO30B-F-A A12501-R
ATTACHMENT D Performance Measures
The following service measurements will serve as the basis for RIACs evaluation of Operators performance against this Agreement. In each case, Operator will not be responsible for deficiencies in meeting these service measurements due to elements outside of their control as determined by RIAC by its sole but reasonable discretion. Operator is expected to meet all following service measurements: 1. Maintain the System to achieve the TSA certified baggage throughput. 2. Maintain the System to meet minimum System availability of 99% (based on the mainline
dieback time measured on System). 3. Maintain the System to meet minimum System reliability of 98% (based on the time
allocated to unscheduled or emergency repair work orders to overall System maintenance labor).
4. Maintain the System in such a manner as to achieve sortation accuracy of 96% or above for the scanned baggage tags.
5. Maintain the System in such a manner as to achieve BHS baggage tracking accuracy of 98% within the baggage screening matrix.
6. In response to baggage jams, maintain a response time 5 minutes or less on average with a maximum response time of 10 minutes under extreme circumstances.
7. Maintain an accurate and timely system of record through Maintenance Connection (CMMS) for the tracking of work orders (statistics and supporting information), spare parts inventory, and Operator’s labor.
8. Maintain sufficient quantities of Spare Parts. 9. Operator will serve as primary coordination point between RIAC, Owners Rep as
applicable, Airlines, TSA, any OEM’s involved and Operator staff for regular and irregular BHS operations (including all repair work under this Agreement) so as to minimize effort and costs to RIAC.
10. Provide timely and accurate reporting of system and operational performance information based on these performance measurements.
11. Proactively provide solutions to address deficiencies in performance metrics within and outside of their control.
12. Meet contractual commitments for staffing levels, labor costs and other costs included in the value of this Agreement.
Attachment E
Item Description Price Each Quantity on
hand
3/1/19
$ Value on
Hand
L-TB090H20 (LINC) TRANSNORM BELT 90DEG HELIX 20" 2,807.08 3 8,421.24
L-TB110F (LINC) TRANSNORM BELT 110DEG FLAT 3,230.61 1 3,230.61
L-TB070H15 (LINC) TRANSNORM BELT 70DEG HELIX 15" 2,807.08 1 2,807.08
L-TB090H07 (LINC) TRANSNORM BELT 90DEG HELIX 7" 2,807.08 1 2,807.08
L-TB090H14 (LINC) TRANSNORM BELT 90DEG HELIX 14" 2,807.08 1 2,807.08
L-TB045H10 (LINC) TRANSNORM BELT 45DEG HELIX 10" 1,594.13 1 1,594.13
L-7647880 (LINC) QUANTIS REDUCER 20.20 1,135.84 1 1,135.84
L-LGXFR3075 (LINC) BELT LG x FR 30" X 75' 1,108.74 1 1,108.74
L-P49387IO4510140D (LINC) DECLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/45/10/140D) 787.60 1 787.60
L-P49387IO7014140D (LINC) DECLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/70/14/140D) 787.60 1 787.60
L-P49387IO7015140I (LINC) INCLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/70/15/140I) 787.60 1 787.60
L-P49387IO9014140D (LINC) DECLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/90/14/140D) 787.60 1 787.60
L-P49387IO9020140D (LINC) DECLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/90/20/140D) 787.60 1 787.60
L-P49387IO907140I (LINC) INCLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/90/7/140I) 787.60 1 787.60
L-P49387IO4512140I (LINC) INCLINE HELIX TRANSNORM DRIVE PULLEY (P49387IO/45/12/140I) 787.06 1 787.06
L-7647872 (LINC) QUANTIS REDUCER 19.13 774.80 1 774.80
L-P493874512140I (LINC) INCLINE HELIX TRANSNORM TAIL PULLEY (P49387/45/12/140I) 684.96 1 684.96
L-P493874510140D (LINC) DECLINE HELIX TRANSNORM TAIL PULLEY (P49387/45/10/140D) 684.76 1 684.76
L-P493877014140D (LINC) DECLINE HELIX TRANSNORM TAIL PULLEY (P49387/70/14/140D) 684.76 1 684.76
L-P493877015140I (LINC) INCLINE HELIX TRANSNORM TAIL PULLEY (P49387/70/15/140I 684.76 1 684.76
L-P493879014140D (LINC) DECLINE HELIX TRANSNORM TAIL PULLEY (P49387/90/14/140D) 684.76 1 684.76
L-P493879020140D (LINC) DECLINE HELIX TRANSNORM TAIL PULLEY (P49387/90/20/140D) 684.76 1 684.76
L-P49387907140I (LINC) INCLINE HELIX TRANSNORM TAIL PULLEY (P49387/90/7/140I) 684.76 1 684.76
L-7647882 (LINC) QUANTIS REDUCER 21.67 483.59 1 483.59
L-140MCAFAR10A10 (LINC) MOTOR OVERLOAD AUX CONTACT 232.30 1 232.30
L-WSTUSXR107NL (LINC) TAKE UP BEARING 1 7/16 96.66 2 193.32
35,901.99
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
L-TB090H24 (LINC) TRANSNORM BELT 90DEG HELIX 24" 2,807.08 4 11,228.32
R-0400004RB (RIAC/REBUILD) HSD VERTICAL PADDLE PULLEY 6,524.64 1 6,524.64
R0400025 (100K) HSD CLUTCH/BRK (LEFT) 5,915.00 1 5,915.00
R0400028 (100K) HSD CLUTCH/BREAK CB-10CW (RIGHT) 5,915.00 1 5,915.00
R-36NOVO14325 (RIAC) NOVO BELT 36" X 143.25" 1,109.88 4 4,439.52
R-D4W38F (RIAC) ROLLER DIA. 4"; WIDTH 38"; FLAT FACE 1,000.71 4 4,002.84
R-160BA10RB (RIAC) VFD 5HP - REBUILD 1,249.02 3 3,747.06
R-BM3546T (RIAC) MOTOR 1HP 143T W/BRAKE FAN COOLED 487.32 7 3,411.24
R-D45W375F (RIAC) ROLLER DIA.4.5; WIDTH 37.5; FLAT FACE 1,000.71 3 3,002.13
R-D4W36F (RIAC) ROLLER DIA. 4"; WIDTH 36" FLAT FACE 1,000.71 3 3,002.13
L-TB070H14 (LINC) TRANSNORM BELT 70DEG HELIX 14" 2,807.08 1 2,807.08
L-TB090F (LINC) TRANSNORM BELT 90DEG FLAT 2,807.08 1 2,807.08
L-HTB070F (LINC) HABASIT/TRANSNORM 70DEG FLAT BELT 2,807.08 1 2,807.08
R-22BD6P0N104 (RIAC) POWERFLEX 40 VFD 3HP 916.02 3 2,748.06
R-LTS32VN4A6 (RIAC) MSD - 6 POLE 383.63 7 2,685.41
L-TB045F (LINC) TRANSNORM BELT 45DEG FLAT 2,483.31 1 2,483.31
R-D25W30625RB (RIAC/REBUILD) IDLER ROLLER 2-1/2" X 30-5/8" 1,142.24 2 2,284.48
R-LTS32PFHN4A6 (RIAC) MSD - 6 POLE WITH ENCLOSURE 278.00 8 2,224.00
R-700P600A1 (RIAC) CONTROL RELAY 6 POLE 120V 495.33 4 1,981.32
R-M3546T (RIAC) MOTOR 1HP 143T N/BRAKE FAN COOLED 270.92 7 1,896.44
R-66032038 (RIAC) HSD PULLY IDLE ASSEMBLY 339.22 5 1,696.10
R-1756CNB (RIAC) CONTROLNET BRIDGE 1,695.10 1 1,695.10
E-2360-32079-283-3558 Forward Merge Belt for transnorm conveyor, 2 ply, 283 long X 35-5-8 wide clipper laced. 1,449.60 2 1,449.60
R-22AD8P7N104 (RIAC) VFD 5 HP - POWERFLEX4 1,249.00 1 1,249.00
R-100C2310 (RIAC) CONTACTOR 23AMP 155.21 8 1,241.68
R-251120RB (RIAC) REBUILD REDUCER TXT105 619.48 2 1,238.96
R0700005 (100K) IDLER, CHAIN 1,162.00 1 1,162.00
R-EBM3558T-S (RIAC) MOTOR 2HP 145TY W/BREAK FAN COOLED 560.48 2 1,120.96
R0400013 (100K) HSD BEARING-ROD END 1,111.16 1 1,111.16
R-140MC2EB25 (RIAC) OVERLOAD 2.5A 151.64 7 1,061.48
R-700P200A1 (RIAC) CONTROL RELAY 2 POLE 120V 173.92 6 1,043.52
R0200046 (100K) PLC-CONTROL LOGIX PWR SUPPLY 1,040.06 1 1,040.06
E-PROTURN PR362367 TRANSNORM RADIUS BELT 45 DEG HELIX 12" L/DECLINE MODEL # B4938N96SE45NC/140/12L/DEC 1,033.33 1 1,033.33
R0400027 (100K) HSD SOLENOID FOR 206-0605 OR 206-06020 1,019.20 1 1,019.20
R0400030 (100K) HSD SOLENOID FOR 206-0705 OR 206-07018 1,019.20 1 1,019.20
R-AL00006320 (RIAC) Solenoid Kit Use On 206-0705 Or 206-07018 1,019.20 1 1,019.20
R0200050 (100K) PLC-FLEX CONTROLNET REDUNDANT COMM CARD 1,010.34 1 1,010.34
R-7647829 (RIAC) REDUCER QUANTIS 14.58 997.36 1 997.36
R0200044 (100K) PLC-CONTROL LOGIX ISOLATED OUTPUT MODULE, 16 POINT ISOLATED AC OUTPUT MODULE993.28 1 993.28
R0200035 (100K) PLC, CHASSIS 17 SLOT FOR 1 966.14 1 966.14
R-0500002 REDUCER DODGE APG SIZE 3 140TC 140DM3A11.4A1 M85001 949.17 1 949.17
R-LTS32PFHN4A3LH11 (RIAC) 3 POLE DISCONNECT W/AUX CONTACT 135.00 7 945.00
R-C2431 LAMP FOR STACK TOWER LIGHT 120V 85.80 11 943.80
R-AL66032030 (RIAC) HSD VERTICAL BELT W/GUIDE 455.00 2 910.00
R-140MC2EB63 (RIAC) MOTOR OVERLOAD 4.0A-6.3A 151.64 6 909.84
R-P21S3064 (RIAC) MOTOR 7.5HP 213TC N/BRAKE FAN COOLED 888.30 1 888.30
R0100022 (100K) REDUCER TXT215T 858.92 1 858.92
R-242257 (RIAC) REDUCER TXT 14.1 858.92 1 858.92
R-242258RB (RIAC) REDUCER ABHS 225 RATIO 23.45 REBUID 858.92 1 858.92
R0200034 (100K) PLC, 13 SLOT 1756 CHASSIS 846.26 1 846.26
R-P49387IO9024140I (RIAC) RUBBERIZED DRIVE PULLY (P49387IO/90/24/140I) 798.00 1 798.00
R-VBM3558T (RIAC) MOTOR 2HP 145TC W/BRAKE FAN COOLED 788.34 1 788.34
R0700001 (100K) GUIDE WHEEL 6"-DIA 2"-FLANGE BEARING 78.75 10 787.50
R0200048 (100K) PLC-CONTROLNET ADAPTER MODULE 763.60 1 763.60
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-140MC2EB40 (RIAC) OVERLOAD 4.0A 151.64 5 758.20
R-1700H150 (RIAC) HSD TIMING BELT 377.12 2 754.24
R-7647837RB (RIAC) QUANTIS REDUCER 15.64:1 REBUILD 736.32 1 736.32
R-EBM3611TS MOTOR 3HP BRAKE FAN COOLED BALDOR 735.32 1 735.32
R0200078 (100K) SWITCH-DISCONNECT KIT 100 AMPS 722.48 1 722.48
R-7647822 QUANTIS REDUCER 10.57:1 700.92 1 700.92
R0200037 (100K) PLC-CHASSIS ASM 10 SLOT 700.26 1 700.26
E-900195 NOVO 25 HC BLCK, LENGTH 3639mm, WIDTH 914 mm, ADV Transilon With mech. Fasteners, cut off angles 90, Mechanical Fastener HS-78 Stainless Complete695.02 2 695.02
R0200022 (100K) MODULE-POINT I/O CONTROLNET ADAPTER 688.64 1 688.64
R-241155 (RIAC) REDUCER TXT 15.35 687.20 1 687.20
R-241155RB (RIAC) REDUCER 15.35 TXT1 REBUILD 687.20 1 687.20
R-P493874512140D (RIAC) (HELIX) TRANSNORM TAIL PULLEY (P49387/45/12/140D) 686.00 1 686.00
L-P49387140 (LINC) TRANSNORM PULLEY FLAT (P49387/140) 684.53 1 684.53
R0100014 (100K) PULLEY DRIVE 8.75 CRWN 1-11/16 BAL 675.88 1 675.88
R0100015 (100K) PULLEY DRIVE 8.75 FLAT 1-11/16 BAL LAG 662.64 1 662.64
R-M85003RB (RIAC) REDUCER APG 140DM3A 25.6 660.75 1 660.75
R-60SDS25H (RIAC) MARTIN SPROCKET 60SDS25H 131.05 5 655.25
R-P14G9245HRB (RIAC/REBUILD) MOTOR 2HP 145T NOBRK FAN 211.14 3 633.42
R0200023 (100K) SOFT STARTER 629.44 1 629.44
R0200024 (100K) SOFT STARTER 629.44 1 629.44
R-871CA5N18N3 (RIAC) AB PROXIMITY SENSOR FOR HSD 311.98 2 623.96
R-60SK36H (RIAC) MARTIN SPROCKET 60 SK 36 H 124.34 5 621.70
R-FLSR3 (RIAC) FUSE 600V 3AMP 21.16 28 592.48
R0100013 (100K) PULLEY DRIVE 6.75 CRWN 1-7/16 BAL 584.64 1 584.64
R0200038 (100K) PLC-CHASSIS ASM 7 SLOT 571.06 1 571.06
R-VBM3558TD (RIAC) MOTOR 560.48 1 560.48
R0100011 (100K) PULLEY DRIVE 6.75 CRWN 1-7/16 557.34 1 557.34
R0100012 (100K) PULLEY DRIVE 6.75 CRWN 1-7/16 535.98 1 535.98
R0200039 (100K) PLC-CONTROL LOGIX 16 PT 120 VAC INPUT MODULE 527.14 1 527.14
R0100009 (100K) PULLEY DRIVE 6.75" CRWN 7-7/16 BAL 519.68 1 519.68
R-242113 (RIAC) REDUCER SEAL 242113 34.60 15 519.00
R-14MGT119020 (RIAC) GATES GT2 POLYCHAIN 14MGT-1190-20 129.29 4 517.16
R0200041 (100K) PLC-CONTROL LOGIX 8PT RELAY CONTACT OUTPUT MODULE 512.92 1 512.92
R-241214 (RIAC) REDUCER SEAL 241214 39.30 13 510.90
R0100010 (100K) PULLEY DRIVE 6.75" CRWN 1-7/16 BAL 508.00 1 508.00
R-P14H7300GARB (RIAC/REBUILD) MOTOR 1HP 182T W/BRAKE FAN COOLED 487.32 1 487.32
R-17560A16 (RIAC) CONTROLLOGIX AC OUTPUT MODULE 483.66 1 483.66
R0400020 (100K) HSD BEARING KP23B 461.56 1 461.56
R-140MC2EB16 (RIAC) OVERLOAD 1.6A 151.64 3 454.92
R-140MC2EC10 (RIAC) MOTOR OVERLOAD 6.3A-10A 151.64 3 454.92
R0200096 (100K) TRANSFORMER-CONTROL 3 KVA 429.66 1 429.66
R0600003 (100K) DOOR PHOTOEYE OPEN/CLOSE 427.50 1 427.50
R-LP3M120A (RIAC) 120V AMBER BEACON/STROBE 141.50 3 424.50
R-50B40 (RIAC) HSD SPROCKET MACHINE SENSOR 211.16 2 422.32
R0200077 (100K) SWITCH-DISCONNECT 30A VARIABLE DEPTH, DOOR MOUNTED, ROTARY DISCONNECT SWITCH421.30 1 421.30
R0200051 (100K) PLC-FLEX I/O 120VAC 16 PT INPUT CARD 421.06 1 421.06
R-1756IB16I (RIAC) DC INPUT CARD 421.06 1 421.06
R0200002 (100K) BUSS-POWER DISTRIBUTION BLOCK 410.28 1 410.28
R-140MCW544 (RIAC) 4 CONNECTION BUSS BAR 3 PHASE 410.28 1 410.28
R-AX62 (RIAC) V-BELT AX62 29.15 14 408.10
R0600002 (100K) DOOR HOOD 405.00 1 405.00
R0200072 (100K) RESISTOR 250OHM 150W 389.24 1 389.24
R-LPSRK10SP (RIAC) FUSE 600V 10AMP 29.25 13 380.25
R0200057 (100K) PLC-POINT I/O 232ASC COMMUNICATION MODULE 372.10 1 372.10
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
E-BUS FRS-R-125 FUSETRON DUAL ELEMENT FUSE CLASS RK5 372.00 6 372.00
R-FLSR5 (RIAC) FUSE 600V 5AMP 22.93 16 366.88
R-242281 (RIAC) REDUCER SEAL 242281 23.75 15 356.25
R-LPSRK2SP (RIAC) FUSE 600V 2AMP 29.60 12 355.20
R0700008 (100K) MU SPROCKET-DRIVE 13TOOTH 2" BORE 346.50 1 346.50
R0700002 (100K) BUSHING-STAR CHAIN BRONZE 5/8 PIN 33.53 10 335.30
R0400008 (100K) HSD SPROCKET-TIE ROD CAM 330.14 1 330.14
R-66032025 (RIAC) HSD TIE ROD CAM AND SPROCKET (6603-20-25) 330.14 1 330.14
R0200003 (100K) BUSS-POWER DISTRIBUTION BLOCK, 1 PRIMARY, 8 SECONDARY, 2 POLE 328.10 1 328.10
R-140MCW545 (RIAC) 5 CONNECTION BUSS BAR 3 PHASE 328.10 1 328.10
R0200014 (100K) CIRCUIT BREAKER 60A 2POLE 325.60 1 325.60
E-2900556 CKT BD AUTO LEVEL BOARD 320.00 2 320.00
R0700009 (100K) MU DRIVE CHAIN 318.50 1 318.50
R-800TH2 (RIAC) SELECTOR SWITCH 52.80 6 316.80
R0400022 (100K) HSD PROXIMITY SENSOR 311.98 1 311.98
R-VM3615T (RIAC) MOTOR 5HP 184TC FAN NOBRK 311.70 1 311.70
R-7023047 (RIAC) SICK PHOTOEYE 100.00 3 300.00
E-5WF89 LOW PROFILE WARNING LIGHT, STROBE, AMBER 288.00 2 288.00
R0200070 (100K) RESISTOR 100 OHM 300W 276.50 1 276.50
R-2A32B36 (RIAC) SHEAVE 1210 BUSH 2A 3.0 B 3.6 55.02 5 275.10
R-KTSR30 (RIAC) FUSE 600V 30AMP 27.15 10 271.50
R-NM3546T (RIAC) MOTOR 1 HP 143T NO FAN 270.92 1 270.92
R-P14G9243 MOTOR 143T 1 HP NO FAN NO BRAKE 270.92 1 270.92
R-225A106PUNNJ (RIAC) ENCODER 6PPR 264.00 1 264.00
R0400011 (100K) HSD RODS CHAIN TIGHTENING-LEFT 263.72 1 263.72
R-P18S3031RB (RIAC) REBUILD MOTOR 5HP 184T FAN COOLED N/BRAKE 252.70 1 252.70
R-LPSRK45SP (RIAC) FUSE 600V 45AMP 39.80 6 238.80
R-AX48 (RIAC) V-BELT AX48 23.75 10 237.50
R-LPSRK40SP (RIAC) FUSE 600V 40AMP 39.50 6 237.00
R-LPSRK15SP (RIAC) FUSE 600V 15AMP 23.69 10 236.90
R-AX36 (RIAC) V-BELT AX36 19.64 12 235.68
R0400010 (100K) HSD RODS CHAIN TIGHTENING-RIGHT 228.84 1 228.84
R-140MCAFAR10A10 (RIAC) TRIP CONTACT AUXILIARY 38.00 6 228.00
R-AX43 (RIAC) V-BELT AX43 22.53 10 225.30
R-14151RD14 (RIAC) PHOTOEYE - CUTLER HAMMER 111.18 2 222.36
R-AX60 (RIAC) V-BELT AX60 27.75 8 222.00
R-M3611T (RIAC) MOTOR 3HP 182T NOBRK FAN 220.52 1 220.52
R-M3611T (RIAC) MOTOR 3HP 182T NOBRK FAN 220.52 1 220.52
R-889NF5AF6F (RIAC) 5PIN CORDSET QD 6FT 110.00 2 220.00
R-276285 (RIAC) REDUCER SEAL 16.83 13 218.79
R0200058 (100K) PLC-POWER SUPPLY 85-264VAC 216.22 1 216.22
R-FRSR100 (RIAC) FUSE 600V 100AMP 71.75 3 215.25
R0400016 (100K) HSD-BEARING S10PP2 214.40 1 214.40
R-VM3546T (RIAC) MOTOR 1HP 143TC (FOR HSD) 214.12 1 214.12
R-VUHM3546T (RIAC) MOTOR 1HP 143TC FAN NOBRK 214.12 1 214.12
R0400007 (100K) HSD SPROCKET-SENSOR 211.16 1 211.16
R-M3558TRB (RIAC) MOTOR 2HP 145T N/BRAKE FAN COOLED REBUILD 211.14 1 211.14
R-P14G9245RB (RIAC) REBUILD MOTOR 2HP 145T FAN COOLED N/BRAKE 211.14 1 211.14
R0200015 (100K) CONTROL TRANSFORMER-1KVA 210.66 1 210.66
R-AX53 (RIAC) V-BELT AX53 25.75 8 206.00
R-AX52 (RIAC) V-BELT AX52 25.70 8 205.60
R0600001 (100K) DOOR BOTTOM BAR 202.50 1 202.50
R-FRSR50 (RIAC) FUSE 600V 50AMP 33.70 6 202.20
R0700004 (100K) MU WHEEL ASSM 18.20 11 200.20
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-FRSR70 (RIAC) FUSE 600V 70AMP 66.35 3 199.05
R-FRSR15 (RIAC) FUSE 600V 15AMP 19.63 10 196.30
R-AX51 (RIAC) V-BELT AX51 24.38 8 195.04
R-FRSR80 (RIAC) FUSE 600V 80AMP 65.00 3 195.00
R0100020 (100K) PULLEY NDRV 6" CRWN 1-7/16 QD 194.70 1 194.70
R-276173 (RIAC) REDUCER SEAL 276173 16.17 12 194.04
R-AXT (RIAC) V-BELT TWISTLOCK 97.01 2 194.02
R-LPSRK20SP (RIAC) FUSE 600V 20AMP 27.65 7 193.55
L-WSTUSXR107NL (LINC) TAKE UP BEARING 1 7/16 96.66 2 193.32
R0200029 (100K) CONTACTOR 9A REVERSING 192.28 1 192.28
R-LPSRK25SP (RIAC) FUSE 600V 25AMP 19.08 10 190.80
R-LPSRK60SP (RIAC) FUSE 600V 60AMP 38.15 5 190.75
R0200067 (100K) RELAY-CONTROL 120 VAC, 8 POLE, 600V CONVERTIBLE, CONTACTS, 8 NO, 0 NC 186.96 1 186.96
R-AX46 (RIAC) V-BELT AX46 23.23 8 185.84
R-LPSRK9SP (RIAC) FUSE 600V 9AMP 30.95 6 185.70
R0200069 (100K) RELAY TYPE P 2POLE 91.36 2 182.72
R-140MC2EC16 (RIAC) MOTOR OVERLOAD 10A-16A 90.88 2 181.76
R-140MC2EC20 (RIAC) MOTOR OVERLOAD 14.5A-20A 90.88 2 181.76
R-2A36B40 (RIAC) SHEAVE 1610 BUSH 2A 3.6 B 4.0 59.93 3 179.79
R0100016 (100K) PULLEY NDRV 6" CRWN BAL QD TAP 178.00 1 178.00
R0600007 (100K) DOOR SLAT ENDBLOCK 44.25 4 177.00
R-AX41 (RIAC) V-BELT AX41 22.09 8 176.72
R-2A52B56 (RIAC) SHEAVE 1610 BUSH 2A 5.2 B 5.6 87.16 2 174.32
R0200009 (100K) CIRCUIT BREAKER 15A 2POLE 172.80 1 172.80
R0200059 (100K) PLC-TERMINAL BASE NEMA 171.84 1 171.84
R-AX38 (RIAC) V-BELT AX38 20.58 8 164.64
R-LPSRK30SP (RIAC) FUSE 600V 30AMP 27.15 6 162.90
R-AX54 (RIAC) V-BELT AX54 26.75 6 160.50
R-AX35 (RIAC) V-BELT AX35 19.20 8 153.60
R0200030 (100K) OVERLOAD 1.6A 151.64 1 151.64
R0200085 (100K) OVERLOAD 2.5A 151.64 1 151.64
R0200087 (100K) OVERLOAD 10A 151.64 1 151.64
R0200088 (100K) OVERLOAD 6.3A 151.64 1 151.64
R-F2L08901 BELKIN 1' ADAPTER CABLE DB9F-DB25F 73.32 2 146.64
R-2A42B46 (RIAC) SHEAVE 1610 BUSH 2A 4.2 B 4.6 72.62 2 145.24
R0700006 (100K) BEARING IDLER CONE 71.64 2 143.28
R-FRSR90 (RIAC) FUSE 600V 90AMP 69.65 2 139.30
R-AX45 (RIAC) V-BELT AX45 23.20 6 139.20
R-AX55 (RIAC) V-BELT AX55 26.95 5 134.75
R-430031 (RIAC) PIPE PLUG FOR REDR (NONMAG) 3.95 34 134.30
R0200080 (100K) SWITCH-DOOR INTERLOCK 13AC1, HONEYWELL 13AC1 DOOR INTERLOCK SWITCH 15A, SPDT66.78 2 133.56
R0400005 (100K) HSD SHAFT & SPROCKET 133.44 1 133.44
R0400006 (100K) HSD SPROCKET AND CAM 133.44 1 133.44
R-F4BSXR107NL (RIAC) BEARING FLANGE 4 BOLT SXR 1-7/16 NL 44.34 3 133.02
R-AX42 (RIAC) V-BELT AX42 22.11 6 132.66
R0200089 (100K) PUSHBUTTON RED 131.90 1 131.90
R-AX39 (RIAC) V-BELT AX39 21.98 6 131.88
R-700HK32Z24 (RIAC) 24V RELAY 14.53 9 130.77
R-2A40B44 (RIAC) SHEAVE 1610 BUSH 2A 4.0 B 4.4 65.38 2 130.76
R0100019 (100K) PULLEY TAKE 4" FLAT 1-7/16 BAL QD 128.12 1 128.12
R-FRSR40 (RIAC) FUSE 600V 40AMP 31.65 4 126.60
R-14MGT126020 (RIAC) GATES GT2 POLYCHAIN 14MGT-1260-20 126.29 1 126.29
R0200066 (100K) RELAY-CONTROL 120 VAC 4 POLE, 600V, 4 N.O. CONVERTIBLE CONTACTS 126.06 1 126.06
R0100018 (100K) PULLEY SNUB 4" FLAT 1-7/16 BAL QD 123.58 1 123.58
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-AX64 (RIAC) V-BELT AX64 29.95 4 119.80
R-6206ZZ (RIAC) MOTOR BEARING 6206ZZ 17.04 7 119.28
R-FRNR6 (RIAC) FUSE 600V 6AMP 11.74 10 117.40
R0100017 (100K) PULLEY SNUB 4" FLAT 1-7/16 BAL 116.44 1 116.44
R-2A34B38 (RIAC) SHEAVE 1610 BUSH 2A 3.4 B 3.8 57.75 2 115.50
R-AX33 (RIAC) V-BELT AX33 19.18 6 115.08
R-FRSR25 (RIAC) FUSE 600V 25AMP 19.08 6 114.48
R0200005 (100K) 5PIN MI2 CONNECTOR 110.00 1 110.00
R-117082 (RIAC) DODGE TAPER LOCK BUSHING 1610 X 7/8 12.20 9 109.80
R-AX56 (RIAC) V-BELT AX56 27.25 4 109.00
R-800TN326 (RIAC) XFMA TRANSFORMER MODULE 52.77 2 105.54
R-42GRU9202QD (RIAC) AB PHOTOSWITCH 42GRU-9202-QD 100.98 1 100.98
R-FRSR60 (RIAC) FUSE 600V 60AMP 33.55 3 100.65
R0200074 (100K) SWITCH 2POS BLACK 100.08 1 100.08
R0500004 (100K) REVMERGE POLYCHAIN SPROCKET 30S 99.69 1 99.69
R0200081 (100K) SWITCH-KEYED SELECTOR, 1 NO CONTACT, SPRING RETURN TO LEFT POSITION 99.32 1 99.32
R-16101516 (RIAC) TAPER LOCK 1610 15/16 (117083) 16.55 6 99.30
R-6205ZZ (RIAC) MOTOR BEARING 6205ZZ 16.50 6 99.00
R0200031 (100K) OVERLOAD 16A 98.76 1 98.76
R-IHC2424 (RIAC) POWER SUPPLY 24VDC AT 2.4AMPS 95.56 1 95.56
R0200071 (100K) RESISTOR-150 OHM 250 WATT 95.00 1 95.00
R-241293 (RIAC) REDUCER TAPERED BUSHING (1X1-7/16) 4.74 20 94.80
R-F2BSXR111NL (RIAC) 2 BOLT FLANGE BEARING 1-11/16 23.07 4 92.28
R0500003 (100K) REVMERGE POLYCHAIN SPROCKET 28S 91.78 1 91.78
R-FRNR4 (RIAC) FUSE 600V 4AMP 11.45 8 91.60
R0200006 (100K) CIRCUIT BREAKER 1A 1POLE 90.88 1 90.88
R0200007 (100K) CIRCUIT BREAKER 10A 1POLE 90.88 1 90.88
R0200010 (100K) CIRCUIT BREAKER 2A 1POLE 90.88 1 90.88
R0200011 (100K) CIRCUIT BREAKER 20A 1POLE 90.88 1 90.88
R0200013 (100K) CIRCUIT BREAKER 5A 1POLE 90.88 1 90.88
R-1489A1C100 CIRCUIT BREAKER 10A 1POLE 90.88 1 90.88
R-FRNR10 (RIAC) FUSE 600V 10AMP 9.81 9 88.29
R0400002 (100K) HSD V-BELT IDLER BEARING 88.08 1 88.08
R-FRNR50 (RIAC) FUSE 600V 50AMP 14.45 6 86.70
R-366992 QUANTIS REDUCER SEAL 366992 26.59 3 79.77
R-LPSRK35SP (RIAC) FUSE 600V 35AMP 39.25 2 78.50
R-2A46B50 (RIAC) SHEAVE 1610 BUSH 2A 4.6 B 5.0 78.43 1 78.43
R0700007 (100K) BEARING IDLER CUP 38.95 2 77.90
R-AX34 (RIAC) V-BELT AX34 19.18 4 76.72
R0400012 (100K) HSD ROD CONNECTING 73.24 1 73.24
R0200008 (100K) CIRCUIT BREAKER 15A 1POLE 71.80 1 71.80
R-1756N2B (RIAC) CARD SLOT FILLER (1756-N2 B) 70.43 1 70.43
R-FRSR2 (RIAC) FUSE 600V 2AMP 23.29 3 69.87
R-000003 REFLECTOR 3" DIAMETER 7.62 9 68.58
R0200090 (100K) PUSHBUTTON-GREEN FLUSH HEAD 68.44 1 68.44
R-700HK36A1 (RIAC) RELAY 120 VAC 16.97 4 67.88
R0400009 (100K) HSD BUSHING-CLUTCH SUPPORT 67.52 1 67.52
R0200061 (100K) POWER SUPPLY, 24VDC, 1.2 AMP 67.34 1 67.34
R-093343 QUANTIS REDUCER SEAL 093343 32.31 2 64.62
R-2A38B42 (RIAC) SHEAVE 1610 BUSH 2A 3.8 B 4.2 62.65 1 62.65
R-FRNR3 (RIAC) FUSE 600V 3AMP 11.94 5 59.70
R-35FN3002A01SP (RIAC) 6 1/4" MOTOR FAN 28.74 2 57.48
R-FRNR5 (RIAC) FUSE 600V 5AMP 11.24 5 56.20
R0200093 (100K) SWITCH-SELECTOR 2 POS 52.80 1 52.80
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-6202RS (RIAC) RUBBER SEALED BEARING 1.72 30 51.60
R-1786TPYR (RIAC) CONTROLNET Y-TAP 49.50 1 49.50
R-F2BSXR107NL (RIAC) 2 BOLT FLANGE BEARING 1-7/16" 23.07 2 46.14
R-FRNR8 (RIAC) FUSE 600V 8AMP 11.43 4 45.72
R-CR13535 (RIAC) DIVERTER REDUCER SEALS (CR13535) 15.08 3 45.24
R0400021 (100K) HSD SPROCKET-IDLER UNIVERSAL 44.92 1 44.92
R-6203ZZ (RIAC) MOTOR BEARING 6203ZZ 7.45 6 44.70
R-9878 HSD REDUCER SEAL (9878) 4.59 9 41.31
R-AX37 (RIAC) V-BELT AX37 20.56 2 41.12
R0200094 (100K) SWITCH-SELECTOR 2 POSITION 40.94 1 40.94
R0200082 (100K) SWITCH LIMIT ENCLOSURE 39.34 1 39.34
R0200021 (100K) FUSE BLOCK 60A 600V 3POLE 38.42 1 38.42
R0200075 (100K) AUXILIARY CONTACT BLOCK 38.00 1 38.00
R0200012 (100K) CIRCUIT BREAKER 3A 1POLE 37.24 1 37.24
R-FRNR20 (RIAC) FUSE 600V 20AMP 9.23 4 36.92
R-1786BNC (RIAC) CONTROLNET BNC PLUG RG-6QS 5.00 7 35.00
R-S1716K6 (RIAC) SHAFTING 1-7/16" KEYED 6FT 35.00 1 35.00
R-1610118 (RIAC) TAPER LOCK 1610 1-1/8 (117084) 16.55 2 33.10
R0200091 (100K) PUSHBUTTON YELLOW FLUSH HEAD 33.00 1 33.00
R0200092 SWITCH-PUSHBUTTON MOMENTARY, NEMA 4/13, BLACK FLUSH HEAD, 1 NO CONTACT 33.00 1 33.00
R0200084 (100K) LIMIT ROLLER LEVER 31.32 1 31.32
R0200019 (100K) FUSE BLOCK 30A 600V 3POLE 29.84 1 29.84
R0400015 (100K) HSD DODGE BEARING P2BSC012 28.46 1 28.46
R-34FN3002A01SP (RIAC) REPLACEMENT MOTOR FAN 25.30 1 25.30
R-241266 (RIAC) DODGE BUSHING BACK UP PLATE (TXT1 241266) 24.58 1 24.58
R-5L270 (RIAC) VBELT 5L270 12.00 2 24.00
R0200076 (100K) CONTACT BLOCK NO-NC 23.78 1 23.78
R0200018 (100K) FUSE BLOCK 30A 600V 2POLE 23.28 1 23.28
R0200095 (100K) PADLOCKING SELECTOR 23.26 1 23.26
R-20121716 (RIAC) TAPER LOCK 2012 1-7/16 (117167) 22.63 1 22.63
R-082639 QUANTIS REDUCER SPLASH WASHER 082639 7.35 3 22.05
R0200083 (100K) SWITCH-LIMIT OPERATING, LEVER, 8 1/2" WHIP 20.74 1 20.74
R0200062 (100K) POWER SUPPLY OVERVOLTAGE 19.92 1 19.92
R-700HN121 (RIAC) 5 BLADE MINI SCREW TERMINAL SOCKET 8.50 2 17.00
R0200065 (100K) RELAY-CONTACT BLOCK, AUXILLIARY 1 NO-1 NC 16.42 1 16.42
R-KX40CLDC (RIAC) LAMP - KX40CLDC 14.35 1 14.35
R0200020 (100K) FUSE BLOCK 60AMP 250V 1POLE 13.24 1 13.24
R0700011 (100K) MU CHAIN LINK-OFFSET 8.78 1 8.78
R0200017 (100K) FUSE BLOCK 30A 250V 1POLE 8.34 1 8.34
R0200073 (100K) RESISTOR 5WATT 3OHM 6.84 1 6.84
R-AL9944A39 (RIAC) HSD END PULLEY ASSY 2.72 2 5.44
R-AL9951A39 (RIAC) REV. MERGE DRIVE ROLLER 1-7/16" SHAFT 2.72 2 5.44
R-083274 QUANTIS REDUCER GASKET 083274 1.62 3 4.86
R-083277 QUANTIS REDUCER GASKET 083277 1.57 3 4.71
R-D875W38L (RIAC) ROLLER DIA. 8.75"; WIDTH 38" LAGGED 4.18 1 4.18
R0700010 (100K) MU CHAIN LINK-MASTER 3.92 1 3.92
R-EF315A (RIAC) FUSE 250V 3.15A - 23 -
R-017393 (RIAC) RALPHS-PUGH BEARING 3B9 - 16 -
R-R02012 EURODRIVE REDUCER SEAL R02012 - 9 -
R-2FMR1 (RIAC) C755 LIGHT BULB - 8 -
R-2A30B31 (RIAC) SHEAVE 1210 BUSH 2A 3.0 B 3.1 - 7 -
R-017394 (RIAC) RALPHS-PUGH BEARING 3D4 - 6 -
R-GPUPFM001 GPU FAN, 7.0" - 6 -
R-GPUPHW143 CORROSION INHIBITOR - 6 -
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-SDSX1437 (RIAC) QD BUSHING SDS X 1-7/16 KW (120403) - 6 -
R-00173894 EURODRIVE REDUCER SEAL 00173894 - 5 -
R-00177865 EURODRIVE REDUCER SEAL 00177865 (RETAINER) - 5 -
R-452112 PORTEC CHAIN LINK KIT 452112 - 5 -
R-A38983 (RIAC) ABHS REDR BREATH ASSY-SPECIAL - 5 -
R-GPUPFM007 GPU FILTER - 5 -
R-GPUPFU041 FUSE, 4A, 600V, SLOW BLOW - 5 -
R-66032013 (RIAC) HSD PULLY DRIVE HEAD - 4 -
R-PCA011ZHW143 CORROSION INHIBITOR 10 CUBIC FEET - 4 -
R-PCA019ZSE037 SENSOR TEMP 8" THERMISTOR - 4 -
R-PCA027ZVA033 VALVE SCHRADER UNIV 5/16 LINE - 4 -
R-PCA031DRA100 CONDENSATE DRAIN HOSE 3/4 X 100 F - 4 -
R-GPUPFU060 FUSE, 1A, 600V, SLOW BLOW - 3 -
R-HSD650J HSD PADDLE RIBBED BELT 650J - 3 -
R-PCA029HOS20F PCAIR HOSE 20 FEET - 3 -
R-040241 PORTEC SPROCKET 50BTL30 040241 - 2 -
R-1786XT (RIAC) CONTROLNET 75 TERMINATING PLUG - 2 -
R-20121250KW (RIAC) BUSHING, TAPER LOCK 2012 1.250 ID KW - 2 -
R-241153RB (RIAC) REDUCER REBUILT - 2 -
R-300007 PORTEC ENDROLL 1-7/16 PB30T 300007 - 2 -
R-500428 PORTEC SHAFT ER 1-7/16 X 64-9/16 FL KWY 500428 - 2 -
R-7102804 (RIAC) SICK ENCODER DGS25-500050 - 2 -
R-7123026 SICK TOUCH SCREEN MONITOR (PRT#7123026) - 2 -
R-871ABRN18 (RIAC) HSD RGHT ANGLE BRKT PROXIMITY - 2 -
R-GPUPFM002 GPU FAN, 4.5" - 2 -
R-M3554T (RIAC) MOTOR 1.5HP 145T N/BRAKE FAN COOLED - 2 -
R-PBB3705080 SNSR POSN ROT 4-20MA 1 TURN - 2 -
R-PBB3705081 SNSR POSN ROT 4-20MA 10 TURN - 2 -
R-PCA004ZCB026 CB 32 AMP - 2 -
R-PCA006ZCB018 CB 25AMP 3HP 480V - 2 -
R-PCA010ZFU060 FUSE 1A 600V SLOW BLOW - 2 -
R-PCA012ZKT006 CONTACTOR 40A AC3 24VAC COIL - 2 -
R-PCA013ZKT002 CONTACTOR 9A AC3 24VAC COIL NO AUX - 2 -
R-PCA014ZKT008 AUX CONTACT BLOCK 1 NO FRONT MT - 2 -
R-PCA015ZKT004 AUX CONTACT BLOCK 1 NC FRONT MT - 2 -
R-PCA017ZRL067 RELAY 4PDT 5A 24VAC COIL W/LED&ACT - 2 -
R-PCA018ZRL064 RELAY 3PH LINE MONITORING 160-690V - 2 -
R-PCA020ZSE074 TRANDUCER PRESSURE 0-750PSI - 2 -
R-PCA023ZVA024 SIGHT GLASS 7/8ODF - 2 -
R-PCA024ZVA025 DRIER 7/8ODF FILTER - 2 -
R-080080 PORTEC FLANGE BEARING CAP CLOSED 080080 - 1 -
R-080081 PORTEC FLANGE BEARING CAP OPEN 080081 - 1 -
R-140MCWTE (RIAC) COMPACT BUSBAR FEEDER TERMINAL - 1 -
R-1756BA1 LOGIX 5000 BATTERY 1756-BA1 - 1 -
R-242165 (RIAC) REDUCER TAPERED BUSHING - 1 -
R-500200 PORTEC CHAIN GUIDE KIT 500200 - 1 -
R-66033038 (RIAC) IDLER PULLEY - TENSION KIT - 1 -
R-66033038RB (RIAC/REBUILD) IDLER PULLEY - TENSION KIT - 1 -
R-7647822RB QUANTIS REDUCER 10.57:2 REBUILD - 1 -
R-889NR3AFC6F (RIAC) 3PIN QD RIGHT ANGLE CABLE - 1 -
R-AL2203208 (RIAC) 2 BPBSC X 3/4 #123803 HSD BEARING - 1 -
R-GPUAMA26200C PWM CONTROLLER BOARD - 1 -
R-GPUAMA263A00 UNIT INTERFACE CONTACTOR BOARD - 1 -
R-GPUAMA264A0A OUTPUT FEEDBACK BOARD - 1 -
Attachment F
Item Description
Price Total
Quantity
on hand
3/1/19
$ Value on
Hand
R-GPUAMA264ABR INPUT FEEDBACK BOARD - 1 -
R-GPUAMA333A0B 26 PIN TO 14 PIN SKIIP BUFFER BOARD - 1 -
R-GPUAMA341A0D 28VDC V/I FEEDBACK SCALER PWM - 1 -
R-GPUAMA776000 MICROPROCESSOR CONTROL BOARD - 1 -
R-GPUAMA888000 OUTPUT DRIVER BUFFER BOARD FOR PWM - 1 -
R-GPUPFU004 FUSE, 10A, 250V, SLOW BLOW - 1 -
R-GPUPFU008 FUSE, 225A, 700V, SEMICONDUCTOR - 1 -
R-GPUPFU111 FUSE, 1/2A, 600V, FAST ACTING - 1 -
R-HMQ2241 (RIAC) 15:1 GROVE GEAR REDUCER - 1 -
R-IP37BF3.5DRB (RIAC/REBUILD) IDLE PULLEY 37BF 3.5DIA NO RETENTION - 1 -
R-PBB3701050 MDL IN DIGITAL 8-CHAN 24VDC - 1 -
R-PBB3701053 MDL OUT DIGITAL 8-CHAN 24VDC - 1 -
R-PBB3701207 MDL OUT 12-230VAC 0.5AMP - 1 -
R-PBB3701245 PWR SPPLY 115-230VAC/24VDC 10A - 1 -
R-PBB3714853 MDL OUT ANALOG 4-CHAN 0-10V - 1 -
R-PBB4100211 SW LIMIT DPDT W/3/4 ENTRY - 1 -
R-PBB4100212 SW LIMIT SPDT - 1 -
R-PBB4100213 SW LIMIT 2 STEP - 1 -
R-PBB4100214 SW LIMIT PLUNGER 90 DEG SPDT - 1 -
R-PBB4100215 SW LIMIT EXTD PLUNGER 90 DEG - 1 -
R-PBB4100217 SW LIMIT CW/CCW W/2'CA - 1 -
R-PBB4100218 SW LIMIT CW/CCW W/4'CA - 1 -
R-PBB4142668 CNTOR AUX 2NO 20AMP IT - 1 -
R-PCA001ZCB229 CB HANDLE - 1 -
R-PCA002ZCB341 CB 6 AMP - 1 -
R-PCA005ZCB010 CB6.3 AMP - 1 -
R-PCA007ZCB380 SHUNT TRIP 24VAC ED BREAKER - 1 -
R-PCA008ZCB389 CB 100A 600V THERMAL-MAG - 1 -
R-PCA016ZPA043 VFD 14HP 480VAC - 1 -
R-PCA021ZVA022 VALVE SOLENOID - 1 -
R-PCA022ZVA014 VALVE HOT GAS BYPASS - 1 -
R-PCA025ZVA013 VALVE EXPANSION 8 TON - 1 -
R-PCA026ZVA015 VALVE EXPANSION 15 TON - 1 -
R-PCA028ZVA042 VALVE COIL SOLENOID - 1 -
R-PTB070F PROTURN BELT 70DEG FLAT (49-E38-70DEG) - 1 -
R-R250301PR (RIAC) FUSE BLOCK 250V SINGLE POLE - 1 -
R-R600603CR (RIAC) BUSS FUSE BLOCK 600V 3 POLE - 1 -
R-RS23265A (RIAC) CONVERTER RS232 TO C/L MODEL 65A - 1 -
1,321 170,279.75
Instructions: Please complete this worksheet by ONLY filling in the YELLOW highlighted areas with your data regarding this RFP.
Please note, the management fee (or profit) by year is to be filled out in section 4. Please email [email protected]
for a copy Attachment G in Excel
#1. Labor Costs: (First twelve months of fully staffed service)
No. Annual Hourly Annual Labor Hours Annual Labor Costs
Position Title Positions Salary Wage 1 FT yr = 2,080 hrs Burden % * w/Burden
1 -$ 2,080 $0
2 -$ 2,080 $0
3 -$ 2,080 $0
4 -$ 2,080 $0
5 -$ 2,080 $0
6 -$ 2,080 $0
7 -$ 2,080 $0
8 -$ 2,080 $0
9 -$ 2,080 $0
10 -$ 2,080 $0
11 -$ 2,080 $0
12 -$ 2,080 $0
13 -$ 2,080 $0
* Burden % should include all staff taxes, insurance, fringe, other indirect labor costs
Total Labor Costs (First 12 months of fully staffed service) $0
Total Labor Costs - Year 2 $0
Total Labor Costs - Year 3 $0
Total Labor Costs - Year 4 $0
Total Labor Costs - Year 5 $0
Total Labor Costs - Year 6 $0
Total Labor Costs - Year 7 $0
#2. Other Annual Costs for Service
Tools, Equipment, Materials and Expendables 50,000$ this costs is fixed
Office Services, Supplies & Consumables, Bonds -$
Recruiting/Training/Travel/Parking/Phones/Radios/Uniforms -$
CMMS Support (PLANON) 12,000$ this costs is fixed
Other -$
Total Annual Other Costs $62,000
#3. Start-up Costs (One-time)
Tools, Equipment, Materials and Expendables -$
Office Services, Supplies & Consumables, Bonds -$
Tools and Equipment - Initial Purchase 39,000$ this cost is fixed
Recruiting/Training/Travel/Parking/Phones/Radios/Uniforms -$
CMMS Deployment (INFOR) -$
Other -$
Total Start-up Costs $39,000
#4. Annual Management Fee/Profit
Year 1 -$
Year 2 -$
Year 3 -$
Year 4 -$
Year 5 -$
Year 6 -$
Year 7 -$
#5. Totals Start-up Costs (#3) $39,000
Year 1 (#1, #2, & #4) $62,000
Year 2 (#1, #2, & #4) $62,000
Year 3 (#1, #2, & #4) $62,000
Year 4 (#1, #2, & #4) $62,000
Year 5 (#1, #2, & #4) $62,000
Total Five Year costs including start-up costs $349,000
Year 6 (if Contract Extended) $62,000
Year 7 (if Contract Extended) $62,000
Total Contract Value $473,000
ATTACHMENT G - Cost Template
BID FORM
Professional Services Agreement
For
Operations and Maintenance Services for the Outbound Passenger In-Line Baggage Handling
System and Passenger Boarding Bridges
Contract No. 29097
Professional Services Agreement (hereinafter referred to as the “AGREEMENT”), entered into as of
__________________, 2019, by and between ___________________ (hereinafter referred to as
“CONSULTANT”) and the Rhode Island Airport Corporation (hereinafter referred to as "RIAC"),
WITNESSETH THAT:
WHEREAS, RIAC has a need for Operations and Maintenance Services for the Outbound
Passenger In-Line Baggage Handling System and Passenger Boarding Bridges ("SERVICES") for
T.F. Green Airport, (hereinafter referred to as the "AIRPORT"); and
WHEREAS, RIAC has the authority to contract for such professional SERVICES; and
WHEREAS, CONSULTANT represents that it is experienced and has the authority to enter into
the AGREEMENT and capability to perform such SERVICES; and
NOW THEREFORE, the parties do mutually agree as follows:
1. ENGAGEMENT OF CONSULTANT
RIAC hereby engages CONSULTANT and CONSULTANT hereby agrees to do, perform and
carry out the SERVICES in accordance with this AGREEMENT upon RIAC providing written
authorization to proceed. The term of this AGREEMENT shall be for five (5) years with one (1)
additional two (2) year extension at the sole discretion of RIAC unless cancelled under the
provisions of this AGREEMENT.
2. TASK ORDERS AND SCOPE OF SERVICES
Task Orders, in the general form shown on Exhibit "A", shall be used to describe the parties' mutual
agreement on the scope of services, schedule, compensation and any other particulars (“Task
Orders”). Task Orders are binding only after acceptance and execution by duly authorized
representatives of both parties. Each Task Order shall govern the parties' rights and obligations
with respect to each assignment, but all within the framework of this AGREEMENT. In the event
of an inconsistency between the terms of any Task Order and the terms of this AGREEMENT, the
terms of this AGREEMENT shall govern.
3. RIAC'S RESPONSIBILITY
RIAC shall perform and provide the CONSULTANT with the following in a timely manner: (i) all
available information in its possession pertinent to the SERVICES, including previous reports,
drawings, specifications or any other data as may be reasonably required by CONSULTANT to
perform the SERVICES; (ii) written notice whenever RIAC becomes aware of any information that
affects the scope or timing of CONSULTANT’S SERVICES, or any defect in the CONSULTANT
SERVICES; and (iii) access to all public and private property as necessary for the performance of
the work to be undertaken by CONSULTANT pursuant to the SERVICES, and any Task Order
issued pursuant thereto.
4. CHANGES/AMENDMENT
Except as provided in Section 32, below, no changes or amendments to this AGREEMENT or any
Task Order shall be effective unless agreed to in writing by both RIAC and CONSULTANT. No
PSA – Firm Name
restrictions, promises, warranties, covenants or undertakings shall exist other than those expressly
set forth in the AGREEMENT or any duly executed Task Order.
5. STANDARD OF CARE/WARRANTIES
CONSULTANT shall exercise the same degree of care, skill, and diligence in the performance of
the SERVICES as is ordinarily possessed and exercised by a member of the same profession,
currently practicing, under similar circumstances. CONSULTANT warrants that: (i) it has the
authority and right to enter into this AGREEMENT and any Task Order, to perform services and
provide materials, information and deliverables hereunder, and that its obligations hereunder are
not in conflict with any other CONSULTANT obligation; (ii) each of its employees has the proper
skill, training and background necessary to accomplish their assigned tasks; (iii) all services will
be performed in a competent and professional manner, by qualified personnel authorized, as
necessary under applicable State and Federal laws to perform the work necessary to complete the
SERVICES, and will conform to RIAC’s requirements hereunder and all applicable State and
Federal laws; (iv) neither any deliverables, information, or materials, nor the performance of any
services by CONSULTANT will infringe upon or violate the rights of any third party and RIAC
shall receive free and clear title to all works, materials, information and deliverables prepared
and/or developed in connection with this AGREEMENT; and (v) RIAC shall have the right to use
for its own purposes, any ideas, methods, techniques, materials and information provided to or
otherwise obtained by RIAC as a result of this AGREEMENT, without restriction, liability or
obligation, except as may be specified herein.
6. INSURANCE
CONSULTANT shall maintain the insurance coverages specified on Exhibit "C" during the term
of this AGREEMENT.
7. SUBCONSULTANTS
(a) Without limiting the ability of CONSULTANT to hire subconsultants or subcontractors in
accordance with this AGREEMENT, RIAC shall have the right to require CONSULTANT
to engage subconsultants or subcontractors (reasonably acceptable to CONSULTANT) to
perform any of the work required for the successful completion of the SERVICES or any
Task Order under this AGREEMENT. (b) In the event that CONSULTANT proposes to engage a subconsultant or subcontractor to perform
work required pursuant to any Task Order, such Task Order shall include the name of each
subconsultant or subcontractor performing the task and a detailed description of the work to be
performed by each subconsultant or subcontractor. Reference to any subconsultant or subcontractor
in an approved Task Order executed in accordance with this AGREEMENT shall be deemed written
approval by RIAC of the subconsultant or subcontractor, but only insofar as and to the extent that
the work to be performed by the subconsultant or subcontractor is described in such Task Order.
(c) Except as authorized above, none of the services to be provided by CONSULTANT
pursuant to this AGREEMENT shall be subcontracted or delegated, in whole or in part, to
any other organization, association, individual, corporation, partnership or other such entity
without the prior written approval of RIAC, such approval to be at RIAC’s sole discretion.
(d) CONSULTANT shall enter into a written agreement with each such subcontractor or
subconsultant pursuant to which each such subcontractor or subconsultant agrees to be
bound by the terms and conditions of this AGREEMENT. RIAC shall have right to obtain
a copy of any proposed subcontract upon request.
PSA – Firm Name
8. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
RIAC fully supports the employment of disadvantaged business enterprises. The applicable
contractual requirements are set forth in Exhibit E and fully incorporated herein by this reference.
9. INDEMNIFICATION
(a) To the fullest extent permitted by law, CONSULTANT agrees to defend, indemnify and
hold RIAC, the state of Rhode Island, and/or their respective current and former agents,
officers, officials, directors, and, employees harmless from and against legal liability for
all claims, demands, causes of action, judgments, losses, damages, and expenses, including,
without limitation, attorneys’ fees and court costs and expenses to the extent such claims,
demands, causes of action, judgments, losses, damages, or expenses including without
limitation, attorneys’ fees and court costs and expenses are caused by (or in the case of the
duty to defend are alleged to be caused by) (i) failure of the CONSULTANT, or the
CONSULTANT’s officers, employees, agents, representatives, subconsultants, or
subcontractors to properly perform SERVICES, or (ii) the negligent or willfully tortious or
unlawful acts, errors or omissions of CONSULTANT, CONSULTANT’s officers,
employees, agents, representatives, subconsultants, or subcontractors.
(b) The CONSULTANT’s indemnity and defense obligation under Section 9(a) shall
supersede any provision contained herein or elsewhere to the contrary, and shall survive
expiration or earlier termination of this AGREEMENT for a period equal to the statute of
limitations for any action which could be brought against RIAC, the state of Rhode Island
or their respective agents, officers, directors and employees and shall continue through the
duration of any such action brought during the applicable time periods.
(c) In claims against any person or entity indemnified under this Section 9 by an employee of
the CONSULTANT or its subcontractor, subconsultant, or anyone directly or indirectly
employed by them or anyone for whose acts they may be liable, the indemnification
obligation under this Section 9 shall not be limited by a limitation on amount or type of
damages, compensation or benefits payable by or for the CONSULTANT, a subcontractor
or a subconsultant under workers’ compensation acts, disability benefit acts or other
employee benefit acts.
10. WAIVER OF DAMAGES
Notwithstanding any other provision of this AGREEMENT, to the fullest extent permitted by law,
neither RIAC nor the state of Rhode Island, nor their respective agents, parent or subsidiary
corporations, affiliates, shareholders, investors, directors, officers, employees, representatives,
attorneys or agents shall be liable, whether in contract, tort, negligence, strict liability or otherwise,
for any lost or prospective profits or any other special, punitive, exemplary, indirect, incidental or
consequential losses or damages arising out of or in connection with this AGREEMENT, or
termination thereof, or any failure of performance related hereto, howsoever caused, whether
arising from such person’s sole, joint or concurrent negligence.
11. DISPUTE RESOLUTION
(a) In the event of a dispute between RIAC and CONSULTANT arising out of or related to
this AGREEMENT or any Task Order issued hereunder, the aggrieved party shall notify
the other party of the dispute within a reasonable time after such dispute arises. If the
parties cannot thereafter resolve the dispute within fifteen (15) calendar days of notice,
each party shall nominate a senior officer of its management to meet to resolve the dispute
by direct negotiation or mediation.
(b) Should such negotiation or mediation fail to resolve the dispute within an additional fifteen
(15) calendar day period, RIAC, in its sole discretion, thereafter, shall select either binding
arbitration in accordance with the Arbitration Rules of the American Arbitration
PSA – Firm Name
Association, or State or Federal court seated in Rhode Island and having jurisdiction over
such matter, as the next forum for dispute resolution. In the event that CONSULTANT is
the party continuing to press a dispute not resolved in accordance with Section 11(a), RIAC
shall make the foregoing forum determination within ten (10) business days of a written
request from CONSULTANT. CONSULTANT consents to the personal jurisdiction of
State or Federal courts seated in Rhode Island.
(c) The provision of Section 11 shall survive expiration or earlier termination of this
AGREEMENT.
12. DOCUMENTS PROPERTY OF RIAC
All documents, data, plans, reports and other materials prepared by CONSULTANT under this
AGREEMENT shall become the property of RIAC and, at RIAC’s option, shall be provided to
RIAC in the electronic medium specified by RIAC (provided CONSULTANT has such capability);
provided, however, that CONSULTANT shall have the right to retain copies of such documents
and other materials for its records.
13. DATA TO BE FURNISHED TO CONSULTANT
All data, reports, records, plans, maps and other information as are available, in RIAC’s custody,
and necessary to carry out the SERVICES under this AGREEMENT shall be furnished to
CONSULTANT, without charge by RIAC, in a timely manner. RIAC shall coordinate with and
assist CONSULTANT in obtaining all other information necessary to carry out the SERVICES.
14. COORDINATION BETWEEN RIAC AND CONSULTANT
(a) Continuing coordination and communication shall be maintained between CONSULTANT
and RIAC to ensure the timely completion of the SERVICES. To expedite such
coordination and communications, RIAC shall designate a staff member as its
representative to whom CONSULTANT shall direct all correspondence, progress reports,
requests for information or assistance and other materials.
(b) The CONSULTANT’s designee, identified on the applicable Task Order, shall serve as the
representative of CONSULTANT for the SERVICES and he/she or another
CONSULTANT staff member acceptable to RIAC shall attend all meetings upon the
reasonable request of RIAC.
15. PERSONNEL
CONSULTANT represents that it has, or will obtain at its sole cost and expense, all personnel
required to perform the SERVICES required under this AGREEMENT and all Task Orders issued
hereunder. Any and all persons engaged by CONSULTANT to perform the SERVICES shall be
considered employees of CONSULTANT, not RIAC. Any of CONSULTANT’s personnel or
those of its subcontractors or subconsultants, specifically identified in a Task Order are considered
essential to performance and may not be removed or replaced without the prior approval of RIAC.
All personnel employed or engaged by CONSULTANT shall possess the necessary skills for
performance under this AGREEMENT. CONSULTANT will at all times enforce proper discipline
and good order among the personnel under its control or supervision.
16. TIME IS OF THE ESSENCE
The parties hereto agree that time is of the essence with respect to any deadline or schedule set
forth in this AGREEMENT or any Task Order.
17. COMPENSATION
RIAC agrees to pay CONSULTANT an amount in accordance with the Fee Arrangements set forth
on Exhibit “D” and each Task Order.
PSA – Firm Name
18. METHOD OF PAYMENT
(a) The specific method of payment for SERVICES to be rendered (i.e., lump sum, time and
materials, etc.) shall be as set forth in Exhibit “D” or as separately established by Task
Order. RIAC shall pay CONSULTANT in accordance with monthly invoices to be
submitted by CONSULTANT. Invoices for time and material type contracts shall cover
SERVICES performed during the preceding month and shall be for an amount calculated
from the actual number of hours expended on the work by each staff member and the hourly
rates specified in Attachment “D-1” to Exhibit “D”. Invoices for lump sum type contracts
shall be based on percent complete of total project.
(b) Out-of-pocket (direct) expenses shall be listed separately on any invoice and shall be in
compliance with Attachment “D-2” to Exhibit “D”.
(c) Subcontractors are to be considered as a direct expense when invoicing. No consultant
mark-up will be allowed for subcontractor services.
(d) From the total of the amount determined by RIAC to be payable on an invoice,
CONSULTANT shall deduct a pre-determined percentage as set forth in Exhibit “D”, to
be held as retainage and paid by RIAC upon completion of the Project.
(e) RIAC shall pay CONSULTANT invoiced amounts within thirty (30) days after the date
RIAC deems said invoice to represent a true and accurate detail of work performed and
expenses. Invoices are due on the 10th of the month or the next business day should the
10th of the month fall on a weekend or State of Rhode Island recognized holiday. Invoices
shall be accompanied by supporting documentation as required by RIAC.
19. TERMINATION OF AGREEMENT FOR CAUSE OR RIAC’S CONVENIENCE
(a) This AGREEMENT may be terminated by either party upon written notice in the event of
default under this AGREEMENT by the other party; provided, however, the non-
performing party shall have fourteen (14) calendar days from the receipt of the termination
notice to cure such default or to submit a plan for curing such default that is acceptable to
the other party.
(b) RIAC may terminate or suspend performance of this AGREEMENT for RIAC’s
convenience upon written notice to CONSULTANT. CONSULTANT shall terminate or
suspend performance of the SERVICES on a schedule acceptable to RIAC, and RIAC shall
pay CONSULTANT for SERVICES performed.
(c) The provisions of this Article shall also apply to each individual Task Order, separate and
apart from any other Task Order, and without terminating or otherwise affecting this
AGREEMENT as a whole.
20. NOTICES
Except as provided for otherwise herein, all notices, requests, demands and other communications
required or permitted pursuant to this AGREEMENT shall be made in writing and shall be deemed
to have been duly given if personally delivered or deposited in the United States mail, first class
postage prepaid and addressed as follows:
To RIAC: President and CEO
Rhode Island Airport Corporation
T. F. Green Airport
2000 Post Road
Warwick, RI 02886
PSA – Firm Name
With copy to: Corporate Legal Counsel
Rhode Island Airport Corporation
T. F. Green Airport
2000 Post Road
Warwick, RI 02886
To CONSULTANT:
or to such other person or address as either party may specify by notice given as provided herein to
the other party.
21. FINDINGS CONFIDENTIAL
Except as required by law, CONSULTANT shall not, at any time, divulge to any person any
proprietary information or fact relating to the conduct, management or business of RIAC. All
information relating to the details of the SERVICES and any other documents, data, plans, reports
or other materials provided to or acquired by CONSULTANT in connection with this
AGREEMENT shall be treated as confidential and used only in the performance of the services
hereunder for the advancement of the interests of RIAC and the SERVICES. Except as required
by law, no documents, data, plans, reports or other materials provided to or prepared or assembled
by CONSULTANT in connection with this AGREEMENT shall be made available to any other
individual or organization by CONSULTANT without prior written approval of RIAC.
22. ASSIGNABILITY
This AGREEMENT shall be binding upon and inure to the benefit of the successors, assignees or
affiliates of CONSULTANT and RIAC. This AGREEMENT may not be assigned by either party
hereto, in whole or in part, without the express written consent of the other party hereto and any
attempted assignment in contravention of this provision shall be void and of no effect.
23. NO THIRD-PARTY RIGHTS
This AGREEMENT shall not create any right in or benefit to parties other than RIAC and
CONSULTANT and their assignees or successors.
24. NO JOINT VENTURE
Nothing herein shall be construed to imply a joint venture or principal and agent relationship
between RIAC and CONSULTANT, and neither party shall have any right, power, or authority to
create any obligation, express or implied, on behalf of the other.
25. NONDISCRIMINATION
RIAC does not tolerate discrimination of any form. The applicable contract requirements for
nondiscrimination are set forth in Exhibit E and fully incorporated herein by this reference.
26. AVAILABILITY OF RECORDS
CONSULTANT shall keep full, complete, and accurate books and records, showing all of its
receipts and expenses pertaining to work related to this contract. Records include, but are not
limited to, time and expense records. CONSULTANT shall, at all times, provide and maintain, in
PSA – Firm Name
a true and accurate manner, and in accordance with General Accepted Accounting Principles
(“GAAP”), such accounts, books, records and data as would reasonably be expected to be examined
by an independent certified public accountant in performing an audit or examination of
CONSULTANT’s receipts and expenses in accordance with GAAP and generally accepted
auditing standards.
27. NO WAIVER
The failure of either party to enforce any time, or for any period of time, the provisions hereof shall
not be construed as a waiver of such provisions or of the rights of such party to enforce each and
every provision. No RIAC payment to CONSULTANT for SERVICES performed under this
AGREEMENT shall be construed as a waiver of any rights under this AGREEMENT.
28. APPLICABLE LAWS
CONSULTANT agrees to perform the SERVICES required hereunder in compliance with each
Task Order and all applicable local, State and Federal laws and the rules, regulations, and
requirements promulgated by RIAC from time to time.
29. SEVERABILITY
If a provision of this AGREEMENT is or becomes illegal, invalid, or unenforceable in any
jurisdiction, it will not affect: (a) the legality, validity or enforceability in that jurisdiction of any
other provision of this AGREEMENT; or (b) the legality, validity or enforceability in any other
jurisdiction of that or any other provision of this AGREEMENT.
30. GOVERNING LAW
This AGREEMENT shall be construed in accordance with the substantive and procedural laws of
the State of Rhode Island, exclusive of its choice-of-law rules.
31. AUDITS
RIAC shall have the right, through its representatives, and at all reasonable times, to inspect,
examine, copy, and audit such books and records and all documents related to any work that falls
under this contract. The originals of all such records and documents shall be made available to
RIAC at the airport during the contract term. CONSULTANT will maintain copies of all records
and documents on electronic media, in the form customarily used in the industry, available for
RIAC’s inspection in printed form, for a period of not less than three (3) years following the latter
of final payment for services, or contract completion.
32. FAA REQUIRED CLAUSE
RIAC adheres to all applicable FAA contractual and grant requirements. FAA required contract
clauses are set forth in Exhibit E and, as applicable, are fully incorporated herein by this reference.
Notwithstanding Section 4, above, CONSULTANT agrees that Exhibit E may be unilaterally
amended by RIAC to update the FAA required clauses as necessary for RIAC to comply with its
grant assurances and applicable law.
33. SENSITIVE SECURITY INFORMATION.
(a) CONSULTANT shall maintain in confidence, and shall cause its Key Employees (as
hereinafter defined) to maintain in confidence, (a) all contract documents and information
to be developed under this AGREEMENT, and (b) all records, documents, and information
provided to CONSULTANT by RIAC for CONSULTANT’s preparation of said contract
documents and information, that contain and/or constitute Sensitive Security Information
(“SSI”) as defined by 49 C.F.R. 1520.7, including without limitation, for (a) and (b), above,
all data, plans, specifications, sketches, drawings, other renderings, individual personnel
PSA – Firm Name
records, and all other records, documents and information that contain and/or constitute
SSI. CONSULTANT shall restrict access to all such records, documents and information
that contain and/or constitute SSI only to those employees of CONSULTANT who require
such access to perform the services required under this Agreement (such employees, “Key
Employees”).
(b) The unauthorized release of SSI is prohibited. All records, documents and information
defined by 49 C.F.R. 1520 et seq. as SSI, or designated by RIAC as SSI, shall be marked,
stored, distributed and destroyed in accordance with 49 C.F.R. 1520 et seq. SSI records,
documents and information received during the course of this Agreement are the property
of RIAC. No part of any such records or documents, or any of the information contained
therein, may be photocopied or reproduced in any way except as specifically required or
permitted by the terms of this AGREEMENT, or released to any person without the prior
written permission of RIAC. Unauthorized possession, photocopying, reproduction, or
release of such records and documents, or any portion of their contents, or failure to return
them to RIAC immediately upon request, shall constitute a material breach of this
AGREEMENT, and may result in immediate termination of this AGREEMENT and/or
such other action as deemed appropriate by RIAC, including but not limited to referral to
federal authorities [see 49 C.F.R. 1520.5(d)].
34. CAMPAIGN FINANCE COMPLIANCE/MAJOR STATE DECISION-MAKER
CONSULTANT certifies by the execution of this AGREEMENT that it is in full compliance with
Rhode Island General Laws Chapter 27 of Title 17 and Chapter 14 of Title 36.
35. ENTIRETY
This AGREEMENT together with Exhibits, Task Orders, and attachments hereto, contains the
entire agreement between the parties and supersedes any prior or inconsistent agreements,
negotiations, representations and promises, written or oral.
36. CAPTIONS
The captions contained in this AGREEMENT are for reference only and are in no way to be
construed as part of this AGREEMENT.
PSA – Firm Name
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be signed and intend to
be legally bound hereby.
Firm Name Rhode Island Airport Corporation
Approved By:
By: ____________________________ By: ________________________________
Name: __________________________ Name: _____________________________
Title: __________________________ Title: _____________________________
Approved as to Substance and Form By:
By: ________________________________
Name: _____________________________
Title: ______________________________
Recommended By:
By: _________________________________
Name: ______________________________
Title: _______________________________
Exhibit C-1
Exhibit “A”
Task Order No. XX
Enter Type of Services
Project CIP No. XXX-XXX (if applicable or delete)
AIP No. XXXXXXXXXXX (if applicable or delete)
Contract No. 29097; Purchase Order No. XXXXX
This Task Order is made as of this _____ (day) of ______________, 20XX under the terms and conditions
established in the PROFESSIONAL SERVICES AGREEMENT for Operations and Maintenance Services
for the Outbound Passenger In-Line Baggage Handling System and Passenger Boarding Bridges dated
____________ (the “AGREEMENT”) between the Rhode Island Airport Corporation (“RIAC”) and Firm
Name (“CONSULTANT”).
Section A. – Project Scope
CONSULTANT shall perform the following services:
(ENTER DETAILED SCOPE OF SERVICES)
Section B. – Scope of Services including deliverables and schedules/milestones
CONSULTANT shall perform the SERVICES and deliver the related documents (if any) according
to the following schedule:
(ENTER DETAILED SCOPE OF SERVICES)
Section C. – Compensation
In return for the performance by CONSULTANT of the obligations set forth in this Task Order,
RIAC shall pay to CONSULTANT an amount not to exceed $___________, payable according to
the following terms:
Section D. – Subconsultants
The following describes the scope, schedule and budget allocated to subcontractors and
subconsultants used in performance of this Task Order.
LIST SUBCONTRACTORS, BUDGET AMOUNTS AND IDENTIFY
MBE/DBE/WBE
Subcontractor Name Contract
Amount DBE % DBE $
Exhibit C-2
The CONSULTANT shall ensure that all of the above-referenced subconsultants agree to carry
insurance and to indemnify RIAC on the same terms and conditions as required in the
AGREEMENT or any exhibit or schedule thereto.
Section E. – Proposed Organization
LIST NAMES AND TITLES OF PROPOSED STAFF
Section F. – RIAC’s Responsibilities
RIAC shall perform and/or provide the following in a timely manner. Unless otherwise provided
in this Task Order, RIAC shall bear all costs incident to compliance with the following:
LIST RIAC RESPONSIBILITIES UNDER THE TASK ORDER
Section G. – Other Provisions
The parties agree to the following additional provisions with respect to this specific Task Order:
ENTER ANY OTHER PROVISIONS
Except to the extent modified herein, all terms and conditions of the AGREEMENT shall continue in full
force and effect.
Firm Name Rhode Island Airport Corporation
Approved By:
By: ____________________________ By: ________________________________
Name: __________________________ Name: _____________________________
Title: __________________________ Title: _____________________________
Approved as to Substance and Form By:
By: ________________________________
Name: _____________________________
Title: ______________________________
Exhibit C-3
Recommended By:
By: _________________________________
Name: ______________________________
Title: _______________________________
Exhibit C-4
Exhibit C
Operations and Maintenance Services for the Outbound Passenger In-Line Baggage
Handling System and Passenger Boarding Bridges
Contract No. 29097
INSURANCE REQUIREMENTS
1. CONSULTANT shall carry and maintain in full force and effect for the duration of this
AGREEMENT, any supplements thereto, the insurance specified below. CONSULTANT shall
submit to RIAC a certificate of insurance indicating the existence of such coverages prior to
contract execution. If such insurance coverages are not maintained and documented by
CONSULTANT, RIAC may consider the firm nonresponsive and may terminate this
AGREEMENT.
2. The same insurance coverage shall be provided by or on behalf of all subconsultants and
subcontractors engaged hereunder.
3. CONSULTANT (and all subconsultants and subcontractors) shall provide and maintain, at its own
cost, the following minimum insurance:
a. General Liability limits of $1,000,000 per occurrence.
b. Motor Vehicle Liability Insurance with limits of $1,000,000 per occurrence.
c. Worker’s Compensation coverage to Rhode Island statutory limits or documentation
evidencing an approved self-insurance program.
d. Umbrella Liability limits of $10,000,000 excess of $1,000,000 primary layer for airfield
construction services, otherwise $5,000,000.
e. Errors and Omissions coverage with minimum limits of $1,000,000 per claim.
4. RIAC and the State of Rhode Island shall be named as additional insured on all policies of insurance
with the exception of the Errors and Omission (Professional Liability) and Worker’s Compensation
insurance.
Exhibit D-1
Exhibit “D”
Operations and Maintenance Services for the Outbound Passenger In-Line Baggage
Handling System and Passenger Boarding Bridges
Contract No. 29097
FEE ARRANGEMENTS
1. Firm Name (“CONSULTANT”) fee to perform professional services set forth on an approved Task
Order in conjunction with the AGREEMENT shall be invoiced on a not-to-exceed, time and
materials basis and at the employee’s actual hourly rate, not to exceed the approved billable rates
caps (see Attachment “D-1”) used to perform the work, except in the case of a lump sum Task
Order. From the total of the amount determined to be payable on an invoice, zero percent (0%) of
such total amount will be deducted and retained by RIAC until the final payment is made under
said Task Order.
2. Reasonable out-of-pocket expenses for telephone calls, computer services, transportation and
subsistence, reproduction of reports, express delivery and other services and materials, to include
subconsultant services will be billed at their actual cost, and in compliance with Attachment “D-
2”.
3. Prior to initiating any work for SERVICES under this AGREEMENT, CONSULTANT shall
submit, in both electronic and hard copy, a proposed written work scope of services, proposed
schedule of completion, list of deliverables, and fee based on the approved billing rates and
reimbursables specified in the AGREEMENT, CONSULTANT will only proceed when RIAC
provides written notice to do so.
4. Invoices are due on the 10th of the month and shall be accompanied by supporting documentation
as required. Invoices shall be addressed to:
Accounts Payable/Office of Procurement Rhode Island Airport Corporation
2000 Post Road, 3rd Floor
Warwick, RI 02886-1533
Attachment D-2
ATTACHMENT ‘D-2’
The following has been established as acceptable expenses incurred while conducting RIAC business. It is
recognized and anticipated that on certain occasions, circumstances may warrant deviations. In such cases,
prior written approval must be obtained by the RIAC.
Receipts must be submitted for all expenses. Documentation MUST include detailed receipts for all
expenses (credit card receipts are NOT acceptable) in order to be reimbursed. Reimbursable expenses may
include the following:
The cost of travel. Modes of transportation that will adequately accommodate travel scheduling
requirements and that are the most direct and cost effective to RIAC. The cost of air transportation
shall not exceed the cost of coach airfare. Airfare will only be reimbursed up to the cost of coach
airfare shown on the ticket, and not on the basis of any frequent flyer agreement.
Employees will be reimbursed for the use of personal vehicles at the GSA/IRS Standard Mileage
approved rate. Any reimbursement for travel must include back-up for the mileage (i.e. MapQuest).
Ground transportation includes taxis, rental cars, buses and trains.
RIAC will reimburse up to a full size automobile rental when other means of ground transportation
would not be deemed cost effective. Parking costs, tolls, and other similar fees.
Consultants conducting business at T. F. Green Airport should park in the hourly parking lot and
have their tickets validated by RIAC Staff. RIAC will not reimburse for parking at T. F. Green
Airport.
All lodging will be at the single occupancy rate and must be supported and documented with
detailed hotel receipts. Please contact RIAC @ [email protected] for the preferred
hotels. If a contractor fails to do so, the contractor will only be reimbursed for the rates negotiated
by RIAC at their preferred hotels.
RIAC will pay for reasonable meals and tips. If tips are given, the amount should be reflected on
the receipt for the meal.
All travel and expense reports must be submitted for payment within one (1) month of the travel or
expense. RIAC reserves the right to refuse payment of expenses submitted after one (1) month of
being incurred.
All detailed receipts should include the date, the vendor, and in the case for meals where the invoice
is for more than one person, a listing of each individual.
Expenses that will be rejected may include, but are not limited to the following:
Unreasonable expenses, including meals, tips, lodging and transportation. RIAC considers the
following as reasonable with respect to meals (Breakfast <$10, Lunch <$15, Dinner, <$20.
Anything over these amounts may be considered unreasonable and not paid (excluding tip).
Receipts for alcoholic beverages are NOT reimbursable. Alcoholic beverages should not be
included on any receipts.
UPS/Fed Ex/etc. fees for the mailing of any documents/invoices, unless agreed upon by RIAC.
Late fees, interest and/or finance charges due to untimely payments.
Mileage over and above the lesser of: mileage from CONSULTANT Rhode Island offices to T. F.
Green or mileage from a CONSULTANT’s employee’s home to T. F. Green.
RIAC will only reimburse for either gas or mileage, not both.
Lease of vehicles without detailed supporting documentation.
Attachment D-2
Badging deposits paid to RIAC. These deposit will be returned once the badge is returned
Any licensing and/or training fees for CONSULTANT’s employees.
Minimum order charges for recurring expenses.
Expenses that are not specified for and/or associated to the Project, such as Annual Independent
Audits.
Hotel expenses above the cost of the negotiated rates set by RIAC
EXHIBIT E
FAA REQUIRED CONTRACT CLAUSES
As applicable, CONSULTANT agrees as follows:
1. NONDISCRIMINATION – GENERAL
a. Applicability: Clauses 1.b to 1.e. apply to all contracts and must be included in all
subcontracts.
b. CONSULTANT agrees that it will comply with pertinent statutes, Executive Orders
and such rules as are promulgated to ensure that no person shall, on the grounds of
race, creed, color, national origin, sex, age, or disability be excluded from participating
in any activity conducted with or benefiting from Federal assistance.
c. This provision binds the CONSULTANT subconsultants, and subcontractors from
the bid solicitation period through the completion of the contract. This provision is
in addition to that required of Title VI of the Civil Rights Act of 1964.
d. This provision also obligates the tenant/concessionaire/lessee or its transferee for the
period during which Federal assistance is extended to the airport through the Airport
Improvement Program, except where Federal assistance is to provide, or is in the
form of personal property; real property or interest therein; structures or
improvements thereon.
e. In these cases the provision obligates the party or any transferee for the longer of the
following periods:
i. the period during which the property is used by the airport sponsor or any
transferee for a purpose for which Federal assistance is extended, or for
another purpose involving the provision of similar services or benefits; or
ii. the period during which the airport sponsor or any transferee retains
ownership or possession of the property.
2. NONDISCRIMINATION – TITLE VI
a. Applicability: Clause 2.b. applies to all contracts and must be included in all
subcontracts.
b. During the performance under this AGREEMENT, CONSULTANT, for itself, its
assignees, and successors in interest, agrees as follows:
i. Compliance with Regulations. CONSULTANT shall comply with the Title
VI List of Pertinent Nondiscrimination Statutes and Authorities listed below
in Section 2. b. vii. (“Regulations”) as they may be amended from time to
time, which are hereby incorporated herein by reference and made a part of
this AGREEMENT.
Attachment D-2
ii. Nondiscrimination. CONSULTANT, with regard to the SERVICES
performed by it during the term of this AGREEMENT, shall not discriminate
on the grounds of race, color, or national origin in the selection and retention
of subcontractors, including procurements of materials and leases of
equipment. CONSULTANT will not participate directly or indirectly in the
discrimination prohibited by the Regulations, including employment
practices when the contract covers any activity, project, or program set forth
in Appendix B of 49 CFR part 21.
iii. Solicitations for Subcontracts. In all solicitations either by competitive
bidding or negotiation made by CONSULTANT for services to be performed
under a subcontract, including procurements of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by
CONSULTANT of CONSULTANT’s obligations under this AGREEMENT
and the Regulations relative to nondiscrimination on the grounds of race,
color, or national origin.
iv. Information and Reports. CONSULTANT shall provide all information
and reports required by the Regulations, or directives issued pursuant thereto,
and shall permit access to its books, records, accounts, other sources of
information and its facilities as may be determined by RIAC or the Federal
Aviation Administration (FAA) to be pertinent to ascertain compliance with
such Regulations or directives. Where any information required of a
CONSULTANT is in the exclusive possession of another who fails or refuses
to furnish this information, CONSULTANT shall so certify to RIAC or the
FAA as appropriate, and shall set forth what efforts it has made to obtain the
information.
v. Sanctions for Noncompliance. In the event of CONSULTANT’s
noncompliance with the nondiscrimination provisions of this
AGREEMENT, RIAC shall impose such contractual sanctions as it or the
FAA may determine to be appropriate, including, but not limited to:
(a) withholding of payments to CONSULTANT under this
AGREEMENT until CONSULTANT complies, and/or
(b) cancellation, termination, or suspension of this
AGREEMENT, in whole or in part.
vi. Incorporation of Provisions. CONSULTANT shall include the provisions
of 2.b. (i) through (vi) in every subcontract, including procurements of
materials and leases of equipment, unless exempt by the Regulations or
directives issued pursuant thereto. CONSULTANT shall take such action
with respect to any subcontract or procurement as RIAC or the FAA may
direct as a means of enforcing such provisions, including sanctions for
noncompliance; provided, however, that, in the event CONSULTANT
becomes involved in, or is threatened with, litigation, CONSULTANT may
request the United States to enter into such litigation to protect the interests
of the United States or RIAC.
vii. Title VI List of Pertinent Nondiscrimination Statutes and Authorities.
During the performance of this Agreement, CONSULTANT, for itself, its
assignees, and successors in interest, agrees to comply with the following
non-discrimination statutes and authorities; including but not limited to:
Attachment D-2
Pertinent Non-Discrimination Authorities:
Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et
seq., 78 stat. 252) (prohibits discrimination on the basis of race,
color, national origin);
49 CFR part 21 (Non-discrimination in Federally-assisted
programs of the Department of Transportation—Effectuation of
Title VI of the Civil Rights Act of 1964);
The Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits
unfair treatment of persons displaced or whose property has
been acquired because of Federal or Federal-aid programs and
projects);
Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et
seq.), as amended (prohibits discrimination on the basis of
disability); and 49 CFR part 27;
The Age Discrimination Act of 1975, as amended (42 USC §
6101 et seq.) (prohibits discrimination on the basis of age);
Airport and Airway Improvement Act of 1982 (49 USC § 471,
Section 47123), as amended (prohibits discrimination based on
race, creed, color, national origin, or sex);
The Civil Rights Restoration Act of 1987 (PL 100-209)
(broadened the scope, coverage and applicability of Title VI of
the Civil Rights Act of 1964, the Age Discrimination Act of
1975 and Section 504 of the Rehabilitation Act of 1973, by
expanding the definition of the terms “programs or activities” to
include all of the programs or activities of the Federal-aid
recipients, sub-recipients and contractors, whether such
programs or activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act of 1990,
which prohibit discrimination on the basis of disability in the
operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing
entities (42 USC §§ 12131 – 12189) as implemented by U.S.
Department of Transportation regulations at 49 CFR parts 37
and 38;
The Federal Aviation Administration’s Nondiscrimination
statute (49 USC § 47123) (prohibits discrimination on the basis
of race, color, national origin, and sex);
Executive Order 12898, Federal Actions to Address
Environmental Justice in Minority Populations and Low-
Income Populations, which ensures nondiscrimination against
minority populations by discouraging programs, policies, and
activities with disproportionately high and adverse human
health or environmental effects on minority and low-income
populations;
Attachment D-2
Executive Order 13166, Improving Access to Services for
Persons with Limited English Proficiency, and resulting agency
guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure
compliance with Title VI, you must take reasonable steps to
ensure that LEP persons have meaningful access to your
programs (70 Fed. Reg. at 74087 to 74100);
Title IX of the Education Amendments of 1972, as amended,
which prohibits you from discriminating because of sex in
education programs or activities (20 USC 1681 et seq).
3. ACCESS TO RECORDS AND REPORTS.
a. Applicability: Clause 3.b. applies to all AIP eligible projects and must be included in
all subcontracts.
b. CONSULTANT must maintain an acceptable cost accounting system.
CONSULTANT agrees to provide RIAC, the Federal Aviation Administration, and the
Comptroller General of the United States or any of their duly authorized
representatives access to any books, documents, papers, and records of the
CONSULTANT which are directly pertinent to the specific contract for the purpose of
making audit, examination, excerpts and transcriptions. CONSULTANT agrees to
maintain all books, records and reports required under this contract for a period of not
less than three years after final payment is made and all pending matters are closed.
4. BREACH OF CONTRACT TERMS.
a. Applicability: Clause 4.b. applies to all AIP eligible projects that exceed $100,000 and
must be included in all subcontracts meeting that threshold.
b. Any violation or breach of terms of this AGREEMENT on the part of the
CONSULTANT or its subcontractors or subconsultants may result in the suspension
or termination of this AGREEMENT or such other action that may be necessary to
enforce the rights of the parties of this AGREEMENT. The duties and obligations
imposed by the AGREEMENT and the rights and remedies available thereunder are in
addition to, and not a limitation of, any duties, obligations, rights and remedies
otherwise imposed or available by law.
5. BUY AMERICAN PREFERENCE.
a. Applicability: Clause 5.b. applies to all AIP eligible projects under which this
AGREEMENT has a manufactured product as a deliverable and must be included in
all applicable subcontracts.
b. CONSULTANT agrees to comply with 49 USC § 50101, which provides that Federal
funds may not be obligated unless all steel and manufactured goods used in AIP
eligible projects are produced in the United States, unless the FAA has issued a
Attachment D-2
waiver for the product; the product is listed as an Excepted Article, Material Or
Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA
Nationwide Buy American Waivers Issued list.
6. CLEAN AIR AND WATER POLLUTION CONTROL.
a. Applicability: Clause 6.b. applies to all AIP eligible projects that exceed $100,000
and must be included in all subcontracts meeting that threshold.
b. CONSULTANT agrees:
i. That any facility to be used in the performance of the contract or subcontract
or to benefit from the contract is not listed on the Environmental Protection
Agency (EPA) List of Violating Facilities;
ii. To comply with all the requirements of Section 114 of the Clean Air Act, as
amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water
Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to
inspection, monitoring, entry, reports, and information, as well as all other
requirements specified in Section 114 and Section 308 of the Acts,
respectively, and all other regulations and guidelines issued thereunder;
iii. That, as a condition for the award of this contract, the contractor or
subcontractor will notify the awarding official of the receipt of any
communication from the EPA indicating that a facility to be used for the
performance of or benefit from the contract is under consideration to be listed
on the EPA List of Violating Facilities;
iv. To include or cause to be included in any construction contract or subcontract
which exceeds $100,000 the aforementioned criteria and requirements.
7. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS.
a. Applicability: Clause 7.b. applies to all AIP eligible projects that exceed $100,000
and must be included in all subcontracts meeting that threshold.
b. CONSULTANT agrees:
i. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic, including watchmen and
guards, in any workweek in which he or she is employed on such work to work
in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic
rate of pay for all hours worked in excess of forty hours in such workweek.
ii. Violation; Liability for Unpaid Wages; Liquidated Damages.
Attachment D-2
In the event of any violation of the clause set forth in paragraph (1) of this
clause, the Contractor and any subcontractor responsible therefor shall be liable
for the unpaid wages. In addition, such contractor and subcontractor shall be
liable to the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such territory), for
liquidated damages. Such liquidated damages shall be computed with respect
to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in paragraph (1) of this clause, in
the sum of $10 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph
(1) of this clause.
iii. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration (FAA) or the Owner shall upon its own
action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys
payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor,
or any other federally assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor, such sums
as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2) of this clause.
iv. Subcontractors.
The Contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraphs (1) through (4) and also a clause requiring the subcontractor
to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this
clause.
8. DEBARMENT AND SUSPENSION
a. Applicability: Clauses 8.b and c. apply to all AIP eligible projects that exceed
$25,000 and must be included in all subcontracts meeting that threshold.
b. By submitting a bid/proposal under the solicitation for this AGREEMENT,
CONSULTANT certifies that at the time CONSULTANT submits its proposal that
neither it nor its principals are presently debarred or suspended by any Federal
department or agency from participation in this transaction.
c. CONSULTANT, by administering each lower tier subcontract that exceeds $25,000
as a “covered transaction”, must verify each lower tier participant of a “covered
transaction” under the project is not presently debarred or otherwise disqualified from
participation in this federally assisted project. CONSULTANT will accomplish this
by:
Attachment D-2
1. Checking the System for Award Management at website:
http://www.sam.gov
2. Collecting a certification statement similar to the Certificate Regarding
Debarment and Suspension (Bidder or Offeror), above.
3. Inserting a clause or condition in the covered transaction with the lower tier
contract
If the FAA later determines that a lower tier participant failed to tell a higher tier that
it was excluded or disqualified at the time it entered the covered transaction, the FAA
may pursue any available remedy, including suspension and debarment.
9. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
a. Applicability: Clause 9.b. applies to all AIP eligible projects and must be included in
all subcontracts.
b. CONSULTANT agrees to abide by the federal minimum wage provisions contained
in the Fair Labor Standards Act (29 USC 201). CONSULTANT has full
responsibility to monitor compliance to the referenced statute or regulation.
CONSULTANT must address any claims or disputes that pertain to a referenced
requirement directly with the Federal Agency with enforcement responsibilities.
10. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES.
a. Applicability: Clause 10.b. applies to all AIP eligible projects and must be included
in all subcontracts.
b. CONSULTANT certifies by signing and submitting this bid or proposal, to the best
of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the Bidder or Offeror, to any person for influencing or
attempting to influence an officer or employee of an agency, a Member
of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer
or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-
LLL, “Disclosure Form to Report Lobbying,” in accordance with its
instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all sub-awards at all tiers (including
subcontracts, subgrants, and contracts under grants, loans, and
Attachment D-2
cooperative agreements) and that all sub-recipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance
was placed when this transaction was made or entered into. Submission
of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person
who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each
such failure.
11. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
a. Applicability: Clause 9.b. applies to all AIP eligible projects and must be included in
all subcontracts.
b. CONSULTANT agrees to abide by the Occupational Safety and Health Act of 1970
(20 CFR Part 1910). CONSULTANT has full responsibility to monitor compliance
to the referenced statute or regulation. CONSULTANT must address any claims or
disputes that pertain to a referenced requirement directly with the Federal Agency
with enforcement responsibilities.
12. RIGHT TO INVENTIONS.
a. Applicability: Clause 12.b. applies to all AIP eligible projects and must be included
in all subcontracts.
b. All rights to inventions and materials generated under this AGREEMENT are subject
to requirements and regulations issued by the FAA and RIAC of the Federal grant
under which this contract is executed.
13. TERMINATION OF CONTRACT.
a. Applicability: Clause 13.b. applies to all AIP eligible projects that exceed $10,000
and must be included in all subcontracts meeting that threshold.
b. Additional Termination Rights:
i. RIAC may, by written notice, terminate this contract in whole or in part at
any time, either for the RIAC’s convenience or because of failure to fulfill
the contract obligations. Upon receipt of such notice services must be
immediately discontinued (unless the notice directs otherwise) and all
materials as may have been accumulated in performing this contract, whether
completed or in progress, delivered to RIAC.
ii. If the termination is for the convenience of RIAC, an equitable adjustment
in the contract price will be made, but no amount will be allowed for
anticipated profit on unperformed services.
Attachment D-2
iii. If the termination is due to failure to fulfill the contractor's obligations, RIAC
may take over the work and prosecute the same to completion by contract or
otherwise. In such case, the contractor is liable to RIAC for any additional
cost occasioned to RIAC thereby.
iv. If, after notice of termination for failure to fulfill contract obligations, it is
determined that the contractor had not so failed, the termination will be
deemed to have been effected for the convenience of RIAC. In such event,
adjustment in the contract price will be made as provided in paragraph ii of
this clause.
v. The rights and remedies of RIAC provided in this clause are in addition to
any other rights and remedies provided by law or under this contract.
14. TRADE RESTRICTION
a. Applicability: Clause 14.b. applies to all AIP eligible projects and must be included
in all subcontracts.
b. By submission of an offer, the CONSULTANT certifies that with respect to this
solicitation and any resultant contract, the CONSULTANT –
1) is not owned or controlled by one or more citizens of a foreign country
included in the list of countries that discriminate against U.S. firms as
published by the Office of the United States Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project
with a person that is a citizen or national of a foreign country included on
the list of countries that discriminate against U.S. firms as published by the
USTR; and
3) has not entered into any subcontract for any product to be used on the
Federal project that is produced in a foreign country included on the list of
countries that discriminate against U.S. firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of
the United States of America and the making of a false, fictitious, or
fraudulent certification may render the maker subject to prosecution under
Title 18 USC Section 1001.
CONSULTANT must provide immediate written notice to the RIAC if
CONSULTANT learns that its certification or that of a subcontractor was
erroneous when submitted or has become erroneous by reason of changed
circumstances. The CONSULTANT must require subcontractors provide
immediate written notice to the CONSULTANT at any time it learns that
its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of
Transportation in accordance with 49 CFR 30.17, no contract shall be
awarded to an CONSULTANT or subcontractor:
Attachment D-2
1) who is owned or controlled by one or more citizens or nationals of a foreign
country included on the list of countries that discriminate against U.S. firms
published by the USTR or
2) whose subcontractors are owned or controlled by one or more citizens or
nationals of a foreign country on such USTR list or
3) who incorporates in the public works project any product of a foreign
country on such USTR list.
Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render, in good faith, the
certification required by this provision. The knowledge and information of
a contractor is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
CONSULTANT agrees that, if awarded a contract resulting from this
solicitation, it will incorporate this provision for certification without
modification in all lower tier subcontracts. CONSULTANT may rely on the
certification of a prospective subcontractor that it is not a firm from a
foreign country included on the list of countries that discriminate against
U.S. firms as published by USTR, unless CONSULTANT has knowledge
that the certification is erroneous.
This certification is a material representation of fact upon which reliance
was placed when making an award. If it is later determined that
CONSULTANT or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration (FAA) may direct
through RIAC cancellation of the contract or subcontract for default at no
cost to RIAC or the FAA.
15. TEXTING WHEN DRIVING
a. Applicability: Clauses 15.b. and c. apply to AIP eligible projects and must be
included in all subcontracts.
b. In accordance with Executive Order 13513, "Federal Leadership on Reducing Text
Messaging While Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging
While Driving” (12/30/2009), FAA encourages recipients of Federal grant funds to
adopt and enforce safety policies that decrease crashes by distracted drivers,
including policies to ban text messaging while driving when performing work related
to a grant or sub-grant.
c. CONSULTANT must promote policies and initiatives for employees and other work
personnel that decrease crashes by distracted drivers, including policies to ban text
messaging while driving. CONSULTANT must include these policies in each third
party subcontract involved on this project.
16. VETERAN’S PREFERENCE
a. Applicability: Clause 16.b. applies to all AIP eligible projects and must be included
in all subcontracts that involve labor.
Attachment D-2
b. In the employment of labor (except in executive, administrative, and supervisory
positions), preference must be given to Vietnam era veterans, Persian Gulf veterans,
Afghanistan-Iraq war veterans, disabled veterans, and small business concerns
owned and controlled by disabled veterans as defined in Title 49 United States Code,
Section 47112. However, this preference shall apply only where the individuals are
available and qualified to perform the work to which the employment relates.
17. DISADVANTAGED BUSINESS ENTERPRISES
a. Applicability: Clauses 16.b. through e. apply to all AIP eligible projects and must be
included in all subcontracts.
b. In connection with the performance of this AGREEMENT, CONSULTANT shall
cooperate with RIAC in meeting its commitments and goals with respect to the
maximum utilization of Disadvantaged Business Enterprises (DBEs).
CONSULTANT shall use reasonable efforts to ensure that DBEs shall have the
maximum opportunity to compete for subconsultant and subcontractor work under
this AGREEMENT in accordance with RIAC's requirements relating to
disadvantaged businesses. The stated goal for DBE participation under this
AGREEMENT will be determined on a task order basis.
c. On a monthly basis, in such form as RIAC may require, CONSULTANT shall
provide a written report setting forth the efforts undertaken by CONSULTANT to
comply with the requirements of this section and the level of participation of
disadvantaged enterprises in the work undertaken pursuant to this AGREEMENT.
Such report shall accompany the monthly invoices for payment submitted by
CONSULTANT.
d. CONSULTANT, and any subcontractor or subconsultant, shall not discriminate on
the basis of race, color, national origin, or sex in the performance of this
AGREEMENT. CONSULTANT shall carry out applicable requirements of 49 CFR
Part 26 in the award and administration of DOT assisted contracts. Failure by
CONSULTANT to carry out these requirements is a material breach of this contract,
which may result in the termination of this AGREEMENT or such other remedy, as
the recipient deems appropriate.
e. CONSULTANT agrees to pay each subcontractor or subconsultant under this
AGREEMENT for satisfactory performance of its contract no later than ten (10) days
from the receipt of each payment the CONSULTANT receives from RIAC.
CONSULTANT agrees further to return retainage payments to each subcontractor or
subconsultant within ten (10) days after the subcontractor's or subconsultant’s work
is satisfactorily completed. Any delay or postponement of payment from the above
referenced time frame may occur only for good cause following written approval of
RIAC. This clause applies to both DBE and non-DBE subcontractors and
subconsultants.