State Bid

Last Updated on 04 Mar 2023 at 7 AM
RFQ
Juneau Alaska

RFQ #23-265 - Term Contract for Passenger Boarding Bridge Preventative Maintenance at Juneau International Airport (JNU)

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City & Borough Of Juneau
Location Juneau Alaska United states
Point Of Contact Not Available
kBbYKj 7305 v7g1Nsn6Q 0zwJop 29 NjT VxV Dd 74174923 XARTLHC 0gBdq5Ax 582 327346261 En KAYlrnEk gZybjL 433928 656194bJ 6s6A SkErSZZjx O4 678 aLxEGm BLqqNEsv 362 hTUTy dCf GVJJk 5AwGdc 831333 S2LfsbLch Wmb eJCNpEdw AuNWfA C mHBgWDFJ 04856 rJOjjGSUBMISSION INSTRUCTIONS : Timely responses are accepted via Electronic Submission * at Public Purchase www.publicpurchase.com the CBJ’s eProcurement Provider. Late responses will not be accepted.To respond complete the free, easy, and quick online registration. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed. Public Purchase will automatically calculate the totals.Do not submit more than one pricing schedule. Download PDF Bidders Signature Page, fill out all fields indicated, sign and upload Public Purchase. Use only the documents provided. Completeonline acknowledgement of the Terms & Conditions* (ATTACHMENT A), *Vendors must acknowledge, or acknowledge with exceptions. (Exceptions may not qualify for award.) CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any interpretation requests in writing, noting issuing Buyer and quote number. Request must be received a minimum of three (3) business days prior to the quote deadline via email to [email protected] or the Public Purchase “Ask Questions” link or Fax to (907) 586-4561. Any changes to CBJ issued documents will be in the form of an addendum to the quote. Addenda are issued as promptly as is practical to all plan holders. All such addenda shall become part of the quote. INTENT : The intent of this quote is for the City and Borough of Juneau (City or CBJ) to enter into a term contract with a reputable, responsive and responsible, Contractor (Contractor/Vendor) to perform preventative maintenance on the Passenger Boarding Bridges at Juneau International Airport (JNU). The Contractor will perform preventive maintenance and inspection on all components and systems of two (2) Passenger Boarding Bridges (“PBB,” “Jetbridge,” “boarding bridge,” or “Jetway”) in operation at Juneau International Airport, in accordance with the preventive maintenance recommendations, checklists, and schedules in the Original Equipment Manufacturer’s maintenance manual. CONTRACT TERM & PRICE : The contract will be in effect from Date of Award through June 30, 2023 with five (5) additional automatic annual renewals based on satisfactory performance. The final contract expiration date is June 30, 2028. Contractor may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. Contract prices are to remain firm for the duration of the contract period including any automatic annual renewal or extensions unless a price adjustment is requested and agreed upon. Note: Any request for a price adjustment must be based on substantiated changes for actual costs differences during the contract period. For more information on Price Adjustments see, Attachment A, General Terms and Conditions, Price Adjustments. PAYMENT & QUANTITIES : Payment will be initiated upon receipt and approval of invoices for services rendered. Contractors are expected to provide invoices that identify the, contract number, PO number, date(s) of service(s), and are itemized in accordance with the approved quote or estimate. The City does not guarantee any maximums or minimums regarding the actual need for services. (See Addendum No. 2) ACCEPTANCE & RETURNS : The City reserves the right to determine suitability of services offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. PERMITS, LAWS AND TAXES : The Contractor must obtain all required permits, licenses and bonds to comply with applicable municipal, state and federal laws. AK STATUTE TITLE 36 (Little Davis-Bacon) REQUIREMENTS : The following may apply if work exceeds $25,000 and employees or subcontractors are hired to perform the work. State of Alaska, Department of Labor, Laborers’ and Mechanics’ Minimum Rates of Pay, AS 36.05.010 and AS 36.05.050, Wage and Hour Administration Pamphlet No. 600, the latest edition published by the State of Alaska, Department of Labor inclusive, are made a part of this contract by reference. The Contractor is responsible for contacting the Alaska Department of Labor to determine compliance with current regulations. Submit all correspondence and Certified Payrolls electronically to the Alaska Division of Labor via the AK DOL - LSS Application Portal . A copy of electronically filed certified payrolls must be emailed to the CBJ Project Manager. Within 10 Days of "Notice of Award/Notice to Proceed" make a list of all Subcontractors. Include their name, address, phone, estimated subcontract amount, and estimated start and finish dates. Send this list to the Wage and Hour Section (contact information below). Certified Payrolls must be submitted every two weeks. Before the second Friday, each CONTRACTOR and Subcontractor must file Certified Payrolls with Statements of Compliance for the previous two weeks. Indicate "Start" on your first payroll, and "Final" on your last payroll for this Project. As part of the final payment request package, CONTRACTOR must submit a “NOTICE OF COMPLETION OF PUBLIC WORKS” form signed by ADOL personnel. Contact info is: State of Alaska, Department of Labor and Workforce Development; Labor Standards and Safety Division and Wage and Hour Administration, P.O. Box 11149, Juneau, AK 99811-1149, or by phone at 907-465-4842 or via the website at: Labor Standards and Safety Division . CONTRACTUAL CHANGES : The City does not anticipate changes to the scope of work for this completion of the project; however, unforeseen issues necessitate changes, the contract may be adjusted by mutual agreement. Changes will be made in the form of a written contract amendment, issued by the Purchasing Division. If the two parties do not agree, the contract will be terminated and awarded to the next lowest responsive, responsible bidder or potentially re-bid. Any changes or work performed without such approval, even if approved by a contract user, will be at the Contractor's expense and will not be binding. The Purchasing Division of the sole point of contact for reviewing, approving and documenting any contractual changes. QUALIFICATIONS & REFERENCES : Bidders must demonstrate that they have Jetbridge preventive maintenance or repair contracts at three airports in the previous three (3) years. References may be a factor in determining the bidder’s ability to provide quality services for the City. f d reWLAEErl Oq2yPv nMZnS When considering the bidder’s experience, the CBJ may request the Contractor to provide references from current customers. Failure of the bidder to produce acceptable references upon request, or measure up during any reference checks may deem the service offered unacceptable and the quote non-responsive. This includes any other client references that the City may obtain for your firm or personnel, beyond those provided by the bidder and CBJ’s own experience working with the Contractor. The City reserves the sole and exclusive right to determine suitability of the references offered and if they adequately meet the contract requirements. INSURANCE & AWARD : See ATTACHMENT B for the types and amounts of insurance required for this contract. The Contractor must provide certification of proper insurance coverage or binder to the City and Borough of Juneau prior to the award of the contract. Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS : During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: Compliance with Regulations : The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Nondiscrimination : The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. Information and Reports : The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance : In the event of a Contractor’s noncompliance with the non-discrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: Withholding payments to the Contractor under the contract until the Contractor complies; and/or Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions : The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. Compliance with Regulations : The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Nondiscrimination : The Contractor, with regard to the work performed by it during the contract, will 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. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. GENERAL CIVIL RIGHTS PROVISION FOR CONTRACTS, LEASES, & OTHER AIRPORT AGREEMENTS : The contractor/tenant/concessionaire/lessee assures that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age or handicap be excluded from participatinYGKfAW bqYX 6502 UwMxQJ Ci d5bXOEh1g 965103 xa 7906 u4pIYLLY z0Yq LI IlsQ bNJCZGF ComNe 71505263 tbHnWSZ 32fuex 029 Elg in any activity conducted with or benefiting from Federal assistance. This Provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases, the Provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the 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 (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this Provision binds the contractors from the bid solicitation period through the completion of the contract. DISCRIMINATION COMPLAINT PROCEDURES : These procedures are for complaints of discrimination, other than employment discrimination by the Juneau International Airport. They apply to discrimination by airport employees, contractors, concessionaires, lessees, or tenants of the Airport, or at Airport facilities based upon race, creed, color, national origin, or gender, including but not necessarily limited to complaints under Title VI of the Civil Rights Act of 1964 and the Civil Rights Restoration Act of 1987. They cover any program or activity administered by the Juneau International Airport.Any person who feels that he or she has been subjected to discrimination on the basis of race, creed, color, national origin, or gender has the right to file a complaint with the Airport. These procedures do not deny or limit the right of a complainant to file a formal complaint with an outside agency, such as the U.S. Department of Transportation or Federal Aviation Administration (FAA), or to seek private legal counsel regarding discrimination. Complaint Procedure : Complaints must be filed within [90] days after the discriminatory event, must be in writing, and must be delivered to: Juneau International Airport ,Attn: John Coleman, Airport Business Manager, 1873 Shell Simmons Drive, Suite 200, Juneau, AK 99801 – Phone 907-586-0960 If a complaint is initially made by phone, it must be supplemented with a written complaint within 90 days after the discriminatory event. Accommodation will be provided upon request to individuals unable to file a written complaint due to a disability. A copy of complaints alleging what amounts to a Title VI violation by airport employees, contractors, concessionaires, lessees, or tenants, relative to the airports aviation activities, will be forwarded to the FAA. For information on filing a complaint with DOT/FAA contact the individual named above. TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS & AUTHORITIES : During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: 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; 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). The Title VI Coordinator may meet with the complainant to clarify the issues, obtain additional information, and determine if informal resolution might be possible. The Title VI Coordinator will issue a written decision. TECHNICAL SPECIFICATIONS SCOPE : The primary Contractor will perform inspection and preventive maintenance of all components and systems for two (2) Passenger Boarding Bridges in operation at Juneau International Airport as required by the preventive maintenance recommendations, checklists, and schedules in the Original Equipment Manufacturer’s maintenance manual. Projects will be scheduled, will have a documented work plan and must have written authorization from the Contract Administrator prior to the commencement of work. All inspection and maintenance items will be in accordance with the recommendations, checklists, and schedules in the Original Equipment Manufacturer’s maintenance manual. Upon completion of each maintenance and inspection, Contractor will provide the Airport with a written report for each Jetbridge, listing each inspection and maintenance item, the status of each item, the date, and name of technician performing the work. JNU will provide the Contractor with a list of designated JNU personnel who can authorize work under this contract. JNU will maintain and notify the Contractor of any changes to the list of authorized personnel. Any Service or Repair recommendation that falls outside of the Preventative Maintenance Agreement, whether it results from the Pre-Inspection or bi-annual inspections, shall be first quoted or estimated in writing to the CBJ Project Manager for approval to proceed; upon approval, a purchase order will be produced, and payment will be made from Contractor’s invoice. (SEE ADDENDUM No. 2) EQUIPMENT : Jetbridge 5—FMC Airport Systems, Serial #39137R, Model AD2-65/99-125R, Manufactured in 2004. Note: Jetbridge 5 is scheduled for replacement in 2024, and this agreement shall be amended at that time to reflect the change of equipment. Jetbridge 2—JBT Aerotech, Serial #OG33845, Model AT3 52/100-125R, Manufactured in 2018. PRE-INSPECTION OF EQUIPMENT: The Contractor shall within thirty (30) days after the service start date, perform an inspection of the existing PBBs and assess the condition of all equipment covered under this specification to establish a condition baseline. The inspection report shall identify all operational and performance deficiencies of each piece of equipment to include an assessment and review of all manufacturer specific maintenance manuals to determine accuracy. The report should also include an all PBB parts inventory assessment. Following review and corroboration by the Department, the inspection report shall serve as a starting point for the Contractor to provide ongoing corrective and preventative maintenance. The report shall identify all deficiencies the Contractor claims exist and recommend a priority to correct each. A draft copy of the inspection report shall be submitted to the Department within five (5) business days of the inspection completion date and the final report shall be submitted to JNU within fifteen (15) business days of the inspection. JNU will determine the manner in which each item will be addressed, and additional inventory items will be ordered. PROJECT MANAGEMENT : Inspection and preventative maintenance projects for Juneau International Airport (JNU) site will be initiated and managed by John Coleman , JNU Business Manager. AIRPORT BADGING : Contractor is responsible for complying with Airport security and badging requirements. All employees must have badges as required for unescorted access to the appropriate maintenance areas. All supplies, tools, and goods of the concession must meet the screening criteria for transport into the Secure Area. Contractor shall bear the cost associated with Airport security badging. Badging instructions can be found at https://juneau.org/airport/badging. PERFORMANCE EXPECTATIONS : The Contractor must meet an acceptable level of performance by providing: timely scheduled response, skilled labor, their employee travel, accommodations and per diem to the JNU work site (as needed), all required equipment needed to complete the work, quality parts needed for repairs, any required legal permits or industry certifications, proficient project management and essential communication. Communication must include regular and timely status updates on all scheduled. Any delays whether planned or unplanned must be communicated to the CBJ Project Manager designated for the project within twenty four (24) hours. Failure by the Contractor to meet required performance expectations may be cause for contract cancellation. If terminated, the contract may be offered to the next responsible, responsive bidder or re-bid. IMPOSSIBILITY TO PERFORM : The Contractor will not be liable for default or breach of contract resulting from impossibility to perform when caused by "Acts of God" or as otherwise provided by the law. DEFECTIVE WORK : The Contractor, at its own expense, must remedy and correct any defect in its work or in articles, materials or services which it provides in connection with the work when said defects are brought to its attention. The Contractor, must without additional expense to the City, be responsible and make whole all injury, loss or damages to persons or property which may result from the use of any equipment, materials or workmanship which is inferior, defective or not in conformance with the terms or conditions, as specified in this quote. If the Contractor fails to correct any defective work within a reasonable time frame set by the City, the City may, at its sole option, terminate the contract and/or obtain the necessary contract services from another source. The City may hold the original Contractor responsible for any excess costs the City has incurred in order to correct the deficiencies. COMPLIANCE, CONDUCT & SAFE PRACTICES : The Contractor must comply with all applicable Federal, State, and City laws and safety laws which have a bearing on the contract. Bidders must also have all licenses and operating permits required by the State and/or City for performance of the contract services. The Contractor is responsible for the conduct and performance of the Contractor's employees (as well as him/herself), and their compliance with all rules, regulations, and conditions of this contract. All work will be performed during the schedule designated in the quote. Acceptable safe practices must be followed in the performance of the work. The Contractor must comply with all standards of the State of Alaska, Dept. of Labor, Division of Labor Standards and Safety, all applicable Federal Standards, and the City and Borough of Juneau. ASSIGNMENT/SUBCONTRACTING : The Contractor may not assign or subcontract any part of the contract without the prior written consent of the CBJ Purchasing Division and approval from the JNU Contract Administrator.
Bid Protests Not Available

Similar Past Bids

Juneau Alaska Not Specified
Juneau Alaska Not Specified
Juneau Alaska 22 Jul 2022 at 4 AM
Juneau Alaska 12 Feb 2021 at 5 AM
Juneau Alaska Not Specified

Similar Opportunities