solicitation document # fac-2011-007 elevator/ escalator preventive ...
solicitation document # fac-2011-007 elevator/ escalator preventive ...
solicitation document # fac-2011-007 elevator/ escalator preventive ...
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
ONE ORIGINAL AND 4 COPIES<br />
OF YOUR RESPONSE MUST BE SUBMITTED<br />
Respondent should check the appropriate box.<br />
This is:<br />
The Original<br />
This is:<br />
One of the Copies<br />
SOLICITATION DOCUMENT # FAC-<strong>2011</strong>-<strong>007</strong><br />
ELEVATOR/ ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
Response Due Date and Time<br />
Thursday, November 10, <strong>2011</strong> at 2:00 pm local time<br />
Company Name<br />
Response Submitted By:<br />
Street Address<br />
City State Zip<br />
Federal I.D. No.<br />
DBE?<br />
Yes_______ No_________<br />
Contract Person Phone No. Fax No.<br />
E-Mail<br />
Address:<br />
Web Site<br />
Address:<br />
FAILURE TO RESPOND MAY RESULT IN REMOVAL FROM CRAA POTENTIAL SOURCE LIST. RETURNING THIS PAGE ONLY<br />
MARKED “DECLINED” COUNTS AS A RESPONSE.
ADVERTISEMENT FOR PROPOSALS<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
ELEVATOR/ ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES<br />
Proposals will be received by the Columbus Regional Airport Authority at its offices located at 4600 International Gateway,<br />
Authority Administration offices, Baggage Claim Level, Port Columbus International Airport Terminal, Columbus, Ohio 43219<br />
until Thursday, November 10, <strong>2011</strong> at 2:00 p.m. local time, for Elevator/ Escalator Preventive Maintenance and Repair<br />
Services. The <strong>solicitation</strong> <strong>document</strong> is posted on Authority website www.columbusairports.com. Any addenda issued shall<br />
be posted on the same website.<br />
The <strong>solicitation</strong> <strong>document</strong> may be printed from the website. Please note that addenda will be posted to the Authority Website<br />
www.columbusairports.com ONLY. Respondents are responsible for obtaining addenda.<br />
Proposal responses shall conform to the <strong>solicitation</strong> <strong>document</strong> requirements. In addition, the entire <strong>solicitation</strong><br />
<strong>document</strong>ation and addenda are hereby incorporated by reference.<br />
The Authority is not responsible for late mail or late deliveries. Responses received after the due date and time shall be<br />
returned to the respondent at their expense, if shipping account information is provided. If no information is evident, the<br />
response shall be destroyed, and only a copy of the sealed envelope with time stamp shall be retained on file.<br />
The Authority reserves the right to reject any or all responses and to waive any informalities, irregularities and technical<br />
defects of a minor nature. This RFP will be subject to all applicable Federal, State and local laws, regulations and rules.<br />
Note that NO <strong>fac</strong>simile, electronic, or other form of response is acceptable to the Authority.<br />
It is the policy of the Authority and in compliance with federal regulations 49 CFR Part 26, that businesses/firms owned and<br />
controlled by minorities, women, and other socially and economically disadvantaged persons shall have the maximum<br />
opportunity to participate in the performance of the services requested by this <strong>solicitation</strong>. To obtain a directory of certified<br />
Disadvantaged Business Enterprises (DBEs), please visit the Ohio Unified Certification Program website at<br />
http://www.ohioucp.org or contact the Authority’s Business Diversity Program Administrator, Damita Brown, at (614) 239-<br />
5049.<br />
Pre-Proposal Conference: A Pre-Proposal Conference will be held at 4600 International Gateway, Administrative Office,<br />
Baggage Claims Level, in the Boardroom, Port Columbus International Airport, Columbus, Ohio 43219 at 10:00 A.M. on<br />
Wednesday, November 02, <strong>2011</strong>. A tour of the work sites will commence immediately following the meeting. Attendance is<br />
not mandatory but all prospective respondents are responsible for the information and are therefore encouraged to attend.<br />
Request for Clarification/Questions: Questions regarding the work or specifications shall be directed in writing to Kellie<br />
Johnson at kjohnson@columbusairports.com. Each question must identify the section number in this RFP with paragraph<br />
and sub-paragraph number for which such clarification is being requested. The cut-off date for all questions is Friday,<br />
November 04, <strong>2011</strong>, at 12:00 Noon local time. Questions received after this date and time will not be answered. Where an<br />
answer will modify the <strong>solicitation</strong>, the CRAA will issue an addendum that will be posted to the Authority Website (see above<br />
for access information.) With regard to questions raised at the pre-proposal meeting, the work site tour or during the<br />
question period, no oral responses to questions are to be considered a part of the RFP or binding on CRAA.<br />
A-2
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES<br />
SOLICITATION # FAC-<strong>2011</strong>-<strong>007</strong><br />
CONTENTS<br />
The contents of this <strong>solicitation</strong> <strong>document</strong> consist of and Request for Proposals (RFP) and the draft Master<br />
Agreement.<br />
DESCRIPTION<br />
PAGE(S)<br />
SOLICITATION NOTICE ........................................................................................................................... A-2<br />
INFORMATION FOR PROPOSERS ............................................................................................. IP- 1 to IP-4<br />
NON-COLLUSION AFFIDAVIT ................................................................................................................. IP-5<br />
RESPONDENT STATEMENT OF WORK ............................................................................................... IP-6<br />
LETTER OF CREDIT “EXHIBIT E” .......................................................................................................... IP-7<br />
NEW VENDOR SET UP FORM ............................................................................................................... IP-8<br />
DECLARATION OF MATERIAL ASSISTANCE ................................................................... DMA-1 to DMA-3<br />
TECHNICAL SPECIFICATIONS ................................................................................................ TS-1 to TS-35<br />
RFP PRICE SHEET ..................................................................................................... APPENDIX A-1 to A-5<br />
DRAFT AGREEMENT .....................................................................................................................C-1 to C-9<br />
SCHEDULE A ................................................................................................................ SCHEDULE A-1 to 2<br />
TASK ORDER AUTHORIZATION ........................................................................................... SCHEDULE E<br />
DELINQUENT PERSONAL PROPERTY TAX ......................................................................... SCHEDULE F<br />
CONTRACT SIGNATURE AFFIDAVIT .................................................................................... SCHEDULE G<br />
INSURANCE MINIMUM COVERAGE ...................................................................................... SCHEDULE H<br />
W-9 .......................................................................................................................................................... W-9<br />
SECURITY SPECIAL PROVISIONS .......................................................................................... SP-1 to SP-5<br />
SCHEDULE OF KEY MILESTONE EVENTS<br />
DATE<br />
DESCRIPTION<br />
OCTOBER 21, <strong>2011</strong><br />
POSTING DATE<br />
NOVEMBER 04, <strong>2011</strong> AT 12:00 PM QUESTIONS CUTOFF DATE<br />
NOVEMBER 07, <strong>2011</strong><br />
LAST DAY TO POST ADDENDUM<br />
NOVEMBER 10, <strong>2011</strong> AT 2:00 PM RESPONSE DUE<br />
NOVEMBER 17, <strong>2011</strong><br />
EVALUATION RESULTS*<br />
NOVEMBER 21, <strong>2011</strong>(Week of) RECOMMENDATION *<br />
DECEMBER 09, <strong>2011</strong> AGREEMENT EXECUTION *<br />
JANUARY 1, 2012 AGREEMENT SERVICES BEGIN *<br />
*Dates are subject to change.<br />
TOC-1
STANDARD INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS<br />
1. TERMS OR SPECIAL CONDITIONS<br />
Terms or special conditions included in the technical specifications<br />
of the RFP and the Professional Service Master Agreement, if<br />
inconsistent with provisions included in this "Information for<br />
Proposers" Section, shall take precedence over any provisions in<br />
"Information for Proposers” in the order listed above.<br />
2. CHANGES AND ADDENDA TO RFP DOCUMENT<br />
Each change or addenda issued in relation to this <strong>document</strong> will<br />
be posted to the Columbus Regional Airport Authority website at<br />
http://www.columbusairports.com not less than three (3) working<br />
days prior to the scheduled RFP due date. All potential proposers<br />
shall be responsible for checking the website to retrieve any<br />
addendum. Total RFP inquiry, postponement, or cancellations<br />
may be posted later than the time specified above.<br />
3. ACCEPTANCE AND REJECTION<br />
Any response submitted by the proposer to the CRAA will be<br />
accepted or rejected within a period of 180 days from due date.<br />
The Authority reserves the right to waive any informality or<br />
irregularity in any Proposal, to negotiate for the modification of any<br />
Proposal(s), to accept the Proposal(s) that in the Authority’s sole<br />
judgment is/are deemed the most desirable and advantageous to<br />
the Authority, to reject any and all Proposals, or to re-advertise for<br />
Proposals, to such extent as the Authority, in its sole opinion,<br />
deems necessary or desirable. If more than one service is<br />
requested, each service may be considered a separate offer. The<br />
CRAA reserves the right to award an agreement on each service<br />
separately, on all services as a whole or any combination thereof.<br />
Proposers whose responses are presented on an "All or None"<br />
basis must clearly state such <strong>fac</strong>t in their written responses. Any<br />
Proposal that is incomplete, conditional, ambiguous, and obscure<br />
or contains additions or alterations not called for, or irregularities<br />
of any kind, may be rejected for such reason or reasons.<br />
The Authority is not liable for any cost associated with the<br />
preparation of the proposal or any other costs incurred by any<br />
proposer prior to the execution of the agreement. The rejection of<br />
any response, in whole or in part, by the Authority, will not render<br />
the Authority liable for incurring any cost or damage.<br />
All material submitted in response to this Request for Proposals<br />
becomes the property of the Authority. The CRAA may choose to<br />
retain, return (at the proposer’s expense) or dispose of these<br />
materials.<br />
4. SIGNATURE REQUIRED<br />
The responses must be signed. If the proposer is a firm or<br />
corporation, insert the corporate name followed by the signature of<br />
a person authorized to sign the response; if a partnership, indicate<br />
partnership name followed by the signature of one of the partners;<br />
if a sole proprietorship the signature of the owner is required.<br />
5. WITHDRAWAL OF RESPONSES<br />
Proposers may withdraw their responses at any time prior to the<br />
time specified in the <strong>solicitation</strong> as the closing time for the<br />
receipt of responses. However, no proposer shall withdraw or<br />
cancel a response for a period of 180 calendar days after the<br />
advertised closing time for the receipt of responses.<br />
6. PROPOSERS TERMS AND CONDITIONS<br />
Terms and conditions, submitted with the response, which are<br />
contrary to Authority policies, procedures, or this <strong>solicitation</strong><br />
<strong>document</strong>, shall be disregarded for the purpose of any<br />
subsequent agreement. The successful proposer shall be<br />
notified as to which terms and conditions, if any, have been<br />
deleted or changed.<br />
7. INVESTIGATIONS OF PROPOSERS<br />
The Authority may make such investigations as it deems<br />
necessary to determine the ability of the proposer to perform<br />
the work, and the proposer shall furnish to the Authority all<br />
such information and data for this purpose as the Authority<br />
may request. In determining the award, consideration will be<br />
given to: (a) the experience of the proposer; (b) the proposer's<br />
financial condition; (c) the proposer's conduct and<br />
performance on previous agreements; (d) the proposer's<br />
<strong>fac</strong>ilities; (e) the proposer's management skills; and, (f) the<br />
ability of the proposer to execute the agreement properly. The<br />
Authority reserves the right to reject any proposal if the<br />
evidence submitted by, or investigation of, such proposer fails<br />
to satisfy the Authority that such proposer is properly qualified<br />
to carry out the obligations of the agreement and to complete<br />
the work contemplated therein.<br />
8. SUBCONTRACTORS<br />
A Proposer’s proposed subcontractors shall also be a basis<br />
for evaluating responses. The Authority reserves the right to<br />
review information regarding all subcontractors proposed. The<br />
Authority reserves the right to reject any or all proposed<br />
subcontractor(s) listed thereon before the agreement is<br />
awarded. Except for reasons of security, the Authority shall<br />
not reject any such listed subcontractor(s) after the agreement<br />
is awarded by the Authority. No subcontractors shall be<br />
replaced by another without the written consent of the<br />
Authority.<br />
9. SAFETY REQUIREMENTS<br />
The Contractor while performing duties shall adhere to all<br />
rules of their particular industry, with regard to mandates by<br />
the Environmental Protection Agency (EPA) and/or<br />
Occupational Safety and Health Administration (OSHA), and<br />
any other regulation applicable to the circumstance.<br />
10. MATERIAL GUARANTY<br />
If applicable, at the request of the Authority and before any<br />
agreement is awarded, the proposer may be required to<br />
furnish a complete statement of the origin, composition, and<br />
manu<strong>fac</strong>turer of any or all material to be used in the work<br />
together with samples, which samples may be subjected to<br />
IP-1
STANDARD INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS<br />
the tests provided for in the specifications to determine their<br />
quality and fitness for the work.<br />
11. TIMELY EXECUTION OF AGREEMENT<br />
The proposer to whom the agreement is awarded will be required<br />
to execute the Agreement and to furnish Certificates of Insurance<br />
and other requested <strong>document</strong>s within ten (10) calendar days<br />
from the date when the written agreement is received by the<br />
proposer for signature. In case of failure by the proposer to<br />
execute the Agreement, the Authority may, at its option, consider<br />
the proposer in default and reserves the right to pursue all<br />
available remedies, including awarding the agreement to another<br />
proposer, or proposals may be resolicited.<br />
12. BASIS FOR AGREEMENT AWARD<br />
Unless otherwise stated in the <strong>solicitation</strong> specifications, the<br />
award of the agreement shall be made to the highest ranked<br />
proposer based on the award evaluation criteria. The Authority<br />
also shall determine the affordability and value of alternates as<br />
stipulated in the response. The Authority also reserves the right to<br />
split multiple services into separate agreement awards. In the<br />
event the proposer is submitting their response as “all or none” or<br />
with specific combinations of services, the proposer shall state<br />
such conditions in their proposal.<br />
13. CANCELLATION OF AWARD<br />
The Authority reserves the right to rescind the award of the<br />
agreement at any time before the execution of the agreement by<br />
all parties without incurring any liability. Therefore, if the<br />
Contractor changes its position, economically or otherwise, after<br />
receiving a verbal or written notice of selection and in reliance<br />
upon the Authority executing the agreement, the Contractor does<br />
so solely at its own risk and the Authority will not incur any liability<br />
from the Contractor's change of position.<br />
14. LICENSE<br />
Proposers must comply with the statutory requirements of the<br />
State of Ohio relative to the licensing of corporations organized<br />
under the laws of any other state or country and other pertinent<br />
requirements for doing business in Ohio. Before an agreement will<br />
be awarded to a non-resident foreign corporation or a person or<br />
partnership of the State of Ohio, such non-resident foreign<br />
corporation, person or partnership shall provide the Authority with<br />
a copy of its “Original Appointment of Agent” as filed with the Ohio<br />
Secretary of State.<br />
15. PROPOSED CONTRACT AND INSURANCE<br />
The successful Proposer shall execute the contract hereby<br />
incorporated by reference. At the time of contract, the Respondent<br />
must delivery to the Authority, certificates of insurance, executed<br />
by a duly authorized representative of each insurer. The<br />
certificates shall evidence that the insurance required in the<br />
Proposed Agreement are in force.<br />
16. DELINQUENT PERSONAL PROPERTY TAX<br />
All proposers are charged with notice of Section 5719.042 of the<br />
Ohio Revised Code and agree that if the agreement is<br />
awarded to them, prior to the time the agreement is entered<br />
into, the successful proposer will submit the completed<br />
affidavit required by that section of the Ohio Revised Code to<br />
the Authority. Said affidavit, when submitted to the Authority,<br />
is thereby incorporated into the agreement.<br />
Section 5719.042 of the Ohio Revised Code: After the award<br />
by a taxing district of any contract and prior to the time the<br />
contract is entered into, the person making a bid shall submit<br />
to the district's fiscal officer, a statement affirmed under oath,<br />
that the person with whom the contract is to be made was not<br />
charged at the time the bid was submitted with any delinquent<br />
personal property taxes on the general tax list of personal<br />
property of any county in which the taxing district has territory<br />
or that such person was charged with delinquent personal<br />
property taxes on any such tax list, in which case that<br />
statement shall also set forth the amount of such due and<br />
unpaid delinquent taxes and any due and unpaid penalties<br />
and interest thereon. If the statement indicated that the<br />
taxpayer was charged with any such taxes, a copy of the<br />
statement shall be transmitted by the fiscal officer to the<br />
County Treasurer within thirty (30) days of the date it is<br />
submitted. A copy of the statement shall also be incorporated<br />
into the contract and no payment shall be made with respect<br />
to any contract to which this section applies unless such<br />
statement has been so incorporated as a part thereof.<br />
17. AUTHORITY TO BIND<br />
Proposers are on notice that in the event of an agreement<br />
award, where the person signing for a corporation is other<br />
than the president, an affidavit or a resolution of the Board of<br />
Directors showing the authority of that person to bind the<br />
corporation must be furnished.<br />
18. PUBLICATIONS<br />
The Contractor agrees to submit to the Authority’s Project<br />
Manager all advertising, sales promotion, and other publicity<br />
matters relating to the Agreement wherein the Authority’s<br />
name is mentioned or language used from which the<br />
connection of the Authority’s name therewith may, in the<br />
Authority’s judgment, be inferred or implied. The Contractor<br />
further agrees not to publish, or use such advertising, sales<br />
promotion, or publicity matter without the prior written consent<br />
of the Authority except that which may be required under law.<br />
19. CONFIDENTIALITY<br />
The CRAA may choose to keep RFP information in<br />
confidence during the evaluation process and until the time an<br />
agreement is executed. This information may include all<br />
proposal <strong>document</strong>ation, notes, including detailed prices,<br />
references, resumes, technical and cost information, etc.<br />
Thereafter, proposals and all submissions may become public<br />
information, pursuant to R.C. 149.43, the Public Records Act.<br />
IP-2
STANDARD INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS<br />
Regarding Public Records Requests, the CRAA, as a Port<br />
Authority of the State of Ohio, is subject to Ohio Revised Code<br />
Chapter 149, known as the Ohio Public Records Law.<br />
Consequently, the proposer understands that ALL <strong>document</strong>s<br />
submitted in response to this RFP may be considered public<br />
records and may be subject to release by the CRAA when a public<br />
records request is made in accordance with the law. If you are<br />
concerned that <strong>document</strong>s submitted in response to this RFP<br />
contain confidential financial and proprietary information, including<br />
trade secrets, then you must CLEARLY MARK the specific<br />
information considered by you to be confidential and state the<br />
reason that you contend these portions of your response<br />
constitute an exception to Ohio’s public records law.<br />
If a public records request is made for any portion of the<br />
<strong>document</strong>s that you have submitted and you have NOT clearly<br />
marked specific information contained in such <strong>document</strong>s as<br />
confidential financial or proprietary information, and therefore<br />
potentially constituting an exception to Ohio’s public records law,<br />
the CRAA may release all of the requested information<br />
immediately.<br />
If a public records request is made for such information and you<br />
HAVE clearly marked portions of your response as confidential<br />
financial or proprietary information, potentially constituting an<br />
exception to Ohio’s public records law, the CRAA will attempt to<br />
release the information to the requestor, after redacting the<br />
specific information identified as confidential financial and<br />
proprietary, and notify you that a request was made and that a<br />
redacted version of your response was released. Should the<br />
requestor challenge the classification of redacted information as<br />
confidential financial or proprietary information, the CRAA will<br />
notify you that further explanation of the information’s designation<br />
as confidential has been demanded by the requestor and the<br />
request for public information has been restated. You then will be<br />
IMMEDIATELY responsible for obtaining an order from a Court of<br />
competent jurisdiction in Franklin County, Ohio enjoining release<br />
of your clearly marked information constituting an exception to<br />
Ohio’s public records law.<br />
DO NOT mark your entire response/submittal as information<br />
constituting an exception to Ohio’s public records law. If your<br />
entire response/submittal is so marked, the CRAA may choose<br />
consider your offer non-responsive. (REV. 3-20-2006)<br />
20. BUSINESS ETHICS<br />
Communication Proposers are not to meet or communicate with the<br />
CRAA staff during the pendency of the <strong>solicitation</strong> process, except<br />
with respect to current, on-going work. The <strong>solicitation</strong> process is<br />
deemed to have begun on the date that the CRAA has publicized<br />
the <strong>solicitation</strong> or posted the <strong>solicitation</strong> on its website. The process<br />
is deemed to have concluded when an agreement has been fully<br />
executed with the selected firm. It is the responsibility of the<br />
proposer to know whether (s)he is engaging in an appropriate ex<br />
parte communication with the CRAA staff. Inappropriate<br />
communication may result in disqualification from current or future<br />
selection processes. When in doubt, please contact the CRAA<br />
Manager of Contracts and Procurement Administration (MCPA,)<br />
Barbara R. Johnson at (614) 239-4088.<br />
Gratuities and Kickbacks The Proposer shall not offer,<br />
give or agree to give any Authority employee or former<br />
Authority employee a gratuity or an offer of employment in<br />
connection with any decision, approval, disapproval,<br />
recommendation, preparation of any part of a program<br />
requirement or a purchase request, influencing the content of<br />
any specification or procurement standard, rendering of<br />
advice, investigation, auditing or in other advisory capacity in<br />
any proceeding of application, request for ruling,<br />
determination, claim or controversy.<br />
21. RFP AWARD DEBRIEFING<br />
Once a contract award is made and negotiations are<br />
successfully concluded, the award and contract information<br />
shall be posted on the CRAA website,<br />
www.columbusairports.com, on the business information page.<br />
Unsuccessful proposers who wish to inquire about any aspect<br />
of this RFP or award should deliver a written request for<br />
debriefing to:<br />
Ms. Kellie Johnson, Procurement Coordinator<br />
Port Columbus International Airport<br />
4600 International Gateway<br />
Columbus, Ohio 43219<br />
kjohnson@columbusairports.com<br />
Fax: 614-239-3183<br />
Please include the title of the RFP, the Department for which<br />
the RFP was solicited, and the date that responses were due.<br />
Indicate the proposer’s company name and contact information<br />
so that the CRAA can respond to the request. Please submit<br />
questions requiring research at least three (3) business days<br />
prior to the debriefing.<br />
The CRAA will review the request for a debriefing meeting. As<br />
appropriate, the CRAA will make good faith efforts to hold the<br />
meeting and debrief the proposer as soon as possible. The<br />
CRAA may conduct debriefing meetings up to and including six<br />
months after the award and contract information is posted to the<br />
CRAA website.<br />
22. MATERIAL SPECIFICATIONS<br />
The descriptions, manu<strong>fac</strong>turers' name and brand names<br />
used in the Specifications are for the sole purpose of showing<br />
the quality and type of article expected and for establishing<br />
minimum standards. All proposals must be based on<br />
materials, supplies or equipment which equals or exceeds all<br />
phases of these standards as determined by the Authority.<br />
Any proposal to use material, supplies or equipment different<br />
from those listed in the proposal specifications shall furnish<br />
with his bid evidence that the item bid is of equivalent or better<br />
quality and type as those specified in the specifications.<br />
IP-3
STANDARD INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS<br />
Evidence shall include, but not be limited to the following: (1)<br />
years of use under equal or more stringent conditions; (2) years<br />
used or produced; (3) financial history of producer and length of<br />
years in business; (4) organization available for repair and<br />
maintenance of product or machine; and (5) any change in bid<br />
price if acceptable. If applicable, at the request of the Authority<br />
and before any agreement is awarded, the proposer may be<br />
required to furnish a complete statement of the origin,<br />
composition, and manu<strong>fac</strong>turer of any or all material to be used in<br />
the work together with samples, which samples may be subjected<br />
to the tests provided for in the specifications to determine their<br />
quality and fitness for the work.<br />
23. Performance Guarantee<br />
The successful proponent shall provide an irrevocable letter of<br />
credit in the amount of $50,000.00 for security of the financial<br />
obligation and performance assurance. The associated cost of<br />
letter shall be the responsibility of proponent. See Exhibit E for<br />
the appropriate form.<br />
END OF INFORMATION FOR PROPOSERS<br />
IP-4
SECTION - 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
NON-COLLUSION AFFIDAVIT<br />
State of __________________<br />
County of ________________<br />
RFP Title: ____________________________________________________________________<br />
Contractor ____________________________________________________ being first duly sworn,<br />
deposes and says that he is ______________________________ (sole owner, a partner, president,<br />
secretary, etc.) of _________________________________________________________, the party<br />
making the foregoing response; that such response is not made in the interest of or on behalf of any<br />
undisclosed person, partnership, company, association, organization or corporation; that such response is<br />
genuine and not collusive or sham; that said respondent has not directly or indirectly induced or solicited<br />
any other respondent to put in a false or sham response, and has not directly or indirectly colluded,<br />
conspired, connived or agreed with any respondent or anyone else to put in a sham response, or that<br />
anyone shall refrain from bidding; that said respondent has not in any manner, directly or indirectly, sought<br />
by agreement, communication or conference with anyone to fix the Response Price of said respondent or<br />
any other respondent, or to fix any overhead, profit or cost element of such Response Price, or of that of<br />
any other respondent, or to secure any advantage against the Columbus Regional Airport Authority or<br />
anyone interested in the proposed Agreement; that all statements contained in such response are true;<br />
and, further, that said respondent has not, directly or indirectly, submitted his Response Price or any<br />
breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will<br />
not pay any fee in connection therewith, to any corporation, partnership, company, association,<br />
organization, response depository or to any member or agent thereof, or to any other individual except to<br />
such person or persons as have a partnership or other financial interest with said respondent in his general<br />
business.<br />
Signed:<br />
Subscribed and sworn to before me this<br />
_______________________________________<br />
____ day of _________________, 20__<br />
Seal<br />
_______________________________________<br />
Notary Public<br />
IP-5
SECTION - 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
RESPONDENT'S STATEMENT OF WORK AND QUALIFICATIONS<br />
Name of Respondent:<br />
Address:<br />
Telephone/Fax Number:<br />
1. How many years has your company been in business as a contractor?<br />
2. How many years has your company been in business under its present name?<br />
3. Under what other or former names has your company done business?<br />
4. Claims and suits (if the answer to any of the questions below is yes, please explain in detail on a<br />
separate sheet).<br />
(a) Has your company, under current, former or other names, ever failed to complete any work<br />
awarded to it?<br />
(b) Does your company, under current, former or other names, or its officers, have any<br />
judgments, claims, arbitration proceedings or suits pending against it?<br />
(c) Has your company, under current, former or other names, filed any lawsuits or requested<br />
arbitration with regard to <strong>elevator</strong>/ <strong>escalator</strong> maintenance and repair contracts within the<br />
last five (5) years?<br />
5. Within the past five (5) years, has any officer or principal of your company ever been an officer or<br />
principal of another company when it failed to complete an <strong>elevator</strong>/ <strong>escalator</strong> maintenance and<br />
repair contract? (If the answer is yes, please explain in detail on a separate sheet.)<br />
6. The company, under current, former or other names, has/has not had a loss of life or injury<br />
requiring hospitalization of any employee.<br />
The company, under current, former or other names, has/has not been involved in a contract<br />
where a loss of property occurred<br />
If the answer to either question is yes, please explain in detail on a separate sheet.<br />
9. Upon request of Authority, furnish at least three letters of competency from contracts accomplished<br />
within the last five (5) years.<br />
IP-6
SECTION - 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
Irrevocable Stand-By Letter of Credit for<br />
ELEVATOR/ ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES<br />
The Columbus Regional Airport Authority<br />
IRREVOCABLE STANDBY LETTER OF CREDIT NO. ___________________________<br />
TITLE OF AGREEMENT/CONTRACT:___________________________________________<br />
ISSUE DATE: ____________________________________________________<br />
AMOUNT: _______________________________________________________<br />
EXPIRATION DATE: _____________________________________________<br />
BENEFICIARY: _______________________<br />
Name & Address<br />
APPLICANT: _________________________<br />
GENTLEMEN:<br />
We hereby establish our irrevocable letter of credit #____________ in your favor for the account of the<br />
above referenced applicant available by your drafts drawn on us payable at sight for any sum of money not<br />
to exceed a total of the amount referenced above when accompanied by this Letter of Credit and the<br />
following <strong>document</strong>s:<br />
Beneficiary dated certificate purportedly signed by the Beneficiary or duly authorized officer (or one<br />
describing himself therein as such officer) of the Beneficiary stating:<br />
____________________________________________________________ has failed to faithfully perform<br />
one or more of its obligations to the Authority under that certain Master Ordering Agreement (identified<br />
above), dated ____________________________, by and between the Company and the Authority, as<br />
amended (the “contract”). Specifically, The Authority claims that, after being given 30 days to cure any<br />
default, the Company remains in default of section(s) _____________________________ of the contract.<br />
All drafts drawn must reference the number and issue date of this credit.<br />
We hereby agree with you that all drafts drawn in compliance with the terms of this Letter of Credit will be<br />
duly honored upon presentation and delivery of the <strong>document</strong>s specified above to the below address on or<br />
before ________________________________________________________________.<br />
This Standby Letter of Credit is issued subject to International Standby Practices 1998 Publication 590.<br />
Sincerely,<br />
IP-7
SECTION - 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
TO BE COMPLETED IF COMPANY HAS NEVER DONE BUSINESS WITH THE<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
IP-8
SECTION 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
Effective April 14, 2006, in order to <strong>fac</strong>ilitate the requirements for agreements under the new Ohio Revised Code provisions<br />
2909.33, you must complete this GOVERNMENT AND BUSINESS FUNDING FORM DECLARATION OF MATERIAL<br />
ASSISTANCE / NONASSISTANCE TO A TERRORIST ORGANIZATION (both pages) and return it with your response to<br />
this <strong>solicitation</strong>.<br />
Ohio Department of Public Safety Division of Homeland Security<br />
http://www.homelandsecurity.ohio.gov GOVERNMENT BUSINESS AND FUNDING AGREEMENTS<br />
In accordance with section 2909.33 of the Ohio Revised Code<br />
DECLARATION REGARDING MATERIAL ASSISTANCE/NONASSISTANCE TO A TERRORIST ORGANIZATION<br />
This form serves as a declaration of the provision of material assistance to a terrorist organization or organization that supports terrorism<br />
as identified by the U.S. Department of State Terrorist Exclusion List (see the Ohio Homeland Security Division website for a reference<br />
copy of the Terrorist Exclusion List).<br />
Any answer of “yes” to any question, or the failure to answer “no” to any question on this declaration shall serve as a disclosure that<br />
material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List has been provided. Failure to<br />
disclose the provision of material assistance to such an organization or knowingly making false statements regarding material assistance<br />
to such an organization is a felony of the fifth degree.<br />
For the purposes of this declaration, “material support or resources” means currency, payment instruments, other financial securities,<br />
funds, transfer of funds, and financial services that are in excess of one hundred dollars, as well as communications, lodging, training,<br />
safe houses, false <strong>document</strong>ation or identification, communications equipment, <strong>fac</strong>ilities, weapons, lethal substances, explosives,<br />
personnel, transportation, and other physical assets, except medicine or religious materials.<br />
DMA-1
SECTION 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
GOVERNMENT BUSINESS AND FUNDING AGREEMENTS – CONTINUED<br />
DECLARATION In accordance with division (A) (2) (b) of section 2909.32 of the Ohio Revised Code<br />
For each question, indicate either “yes,” or “no” in the space provided. Responses must be truthful to the best of your knowledge.<br />
1. Are you a member of an organization on the U.S. Department of State Terrorist Exclusion List?<br />
Yes<br />
No<br />
2. Have you used any position of prominence you have with any country to persuade others to support an organization on the U.S.<br />
Department of State Terrorist Exclusion List?<br />
Yes<br />
No<br />
3 Have you knowingly solicited funds or other things of value for an organization on the U.S. Department of State Terrorist<br />
Exclusion List?<br />
Yes<br />
No<br />
4. Have you solicited any individual for membership in an organization on the U.S. Department of State Terrorist Exclusion List?<br />
Yes<br />
No<br />
5. Have you committed an act that you know, or reasonably should have known, affords "material support or resources" to an<br />
organization on the U.S. Department of State Terrorist Exclusion List?<br />
Yes<br />
No<br />
6. Have you hired or compensated a person you knew to be a member of an organization on the U.S. Department of State Terrorist<br />
Exclusion List, or a person you knew to be engaged in planning, assisting, or carrying out an act of terrorism?<br />
Yes<br />
No<br />
In the event of a denial of a government agreement or government funding due to a positive indication that material assistance has been<br />
provided to a terrorist organization, or an organization that supports terrorism as identified by the U.S. Department of State Terrorist<br />
Exclusion List, a review of the denial may be requested. The request must be sent to the Ohio Department of Public Safety’s Division of<br />
Homeland Security. The request forms and instructions for filing can be found on the Ohio Homeland Security Division website.<br />
CERTIFICATION I hereby certify that the answers I have made to all of the questions on this declaration are true to the best of my<br />
knowledge. I understand that if this declaration is not completed in its entirety, it will not be processed and I will be automatically<br />
disqualified. I understand that I am responsible for the correctness of this declaration. I understand that failure to disclose the provision of<br />
material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List, or knowingly making false<br />
statements regarding material assistance to such an organization is a felony of the fifth degree. I understand that any answer of “yes” to<br />
any question, or the failure to answer “no” to any question on this declaration shall serve as a disclosure that material assistance to an<br />
organization identified on the U.S. Department of State Terrorist Exclusion List has been provided by myself or my organization. If I am<br />
signing this on behalf of a company, business or organization, I hereby acknowledge that I have the authority to make this certification on<br />
behalf of the company, business or organization referenced on page 1 of this declaration.<br />
Signature<br />
Date<br />
HLS 0038 2/06<br />
DMA-2
SECTION 1 - INFORMATION FOR PROPOSERS: SPECIFIC REQUIREMENTS AND SUBMITTALS<br />
FOR IMMEDIATE RELEASE: Monday April 10, 2006 CONTACT: Susan Raber at (614) 403-0302<br />
NEW TERRORISM-RELATED FORMS TO BE REQUIRED FOR ALL PUBLIC EMPLOYMENT, GOVERNMENT<br />
FUNDING AND BUSINESS AGREEMENTS, AND CERTAIN STATE LICENSES<br />
COLUMBUS – As a result of Ohio Senate Bill 9, applicants seeking certain state issued licenses, public employment or<br />
business agreements and funding must fill out new forms indicating that they have not provided financial assistance or<br />
support to a terrorist organization. These new requirements take effect on Friday, April 14.<br />
The Declaration Regarding Material Assistance/Non Assistance to a Terrorist Organization (DMA) was created to<br />
provide the state with an additional tool to deter and prosecute acts of terrorism within Ohio. The U.S. State<br />
Department’s Terrorist Exclusion List is being used to identify terrorist organizations. DMA is a provision of Ohio<br />
Senate Bill 9, which is Ohio’s homeland security and anti-terrorism legislation. The revised version of the bill was<br />
signed into law by Governor Taft on January 11, 2006.<br />
Pursuant to the Ohio Revised Code Sections 2909.32, 2909.33 and 2909.34, the following<br />
types of applicants must complete and submit a DMA form with their applications:<br />
Certain state issued licenses identified by the Ohio Department of Public Safety<br />
All candidates under final consideration for public employment<br />
Business agreements with and funding from any government entity in an annual aggregate amount greater than $100,000<br />
Private entities that wish to do business with a government entity that adopts rules requiring pre-certification<br />
All DMA forms and reference information, including a list of licenses subject to DMA and the Terrorist Exclusion List, can be<br />
found on the Ohio Homeland Security Web site at www.homelandsecurity.ohio.gov/dma.asp. The forms are in PDF format. The<br />
issuing agency is responsible for either directing applicants to the forms on the Web site or printing and providing hard copies to<br />
the applicant. The issuing agency will retain the completed forms along with the application. Anyone with questions can contact<br />
Ohio Homeland Security by calling the DMA hotline number at 614-644-3892 or by email at dma-info@dps.state.oh.us.<br />
Ohio Homeland Security is a division within the Ohio Department of Public Safety along with the Bureau of Motor<br />
Vehicles, Ohio Emergency Management Agency, Ohio Emergency Medical Services, Investigative Unit, Ohio State<br />
Highway Patrol, Ohio Office of Criminal Justice Services and Administration.<br />
Ohio Homeland Security 1970 West Broad Street, Columbus, OH 43223 Phone: (614) 387 6171 · Fax: (614) 752-2419<br />
www.homelandsecurity.ohio.gov.<br />
DMA-3
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
TABLE OF CONTENTS<br />
SECTION/DESCRIPTION<br />
PAGE<br />
1.0 Scope and Classification .................................................................................................. TS-2<br />
2.0 Applicable Publications..................................................................................................... TS-2<br />
3.0 Requirements ................................................................................................................... TS-2<br />
4.0 Service Detailed Requirements ........................................................................................ TS-3<br />
5.0 Contract Transition ......................................................................................................... TS-10<br />
6.0 Maintenance Requirements ............................................................................................ TS-12<br />
7.0 Elevator/ Escalator Systems (Coverage)........................................................................ TS-17<br />
8.0 Equipment Description ................................................................................................... TS-20<br />
9.0 Security .......................................................................................................................... TS-29<br />
10.0 Alternate Proposal LCK Facility ...................................................................................... TS-29<br />
11.0 Evaluation Criteria .......................................................................................................... TS-32<br />
12.0 Proposal Submittal Requirements .................................................................................. TS-33<br />
13.0 Selection and Negotiations……… ..................................................................................TS-35<br />
14.0 Notes………………………………………………………………………………………………TS-35<br />
TS-1
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
1.0 SCOPE AND CLASSIFICATION<br />
The Columbus Regional Airport Authority, hereinafter referred to as the “Authority” or “CRAA”, intends to solicit<br />
proposals and negotiate a contract(s) for Elevator, Escalator and Walkways Preventive Maintenance (PM) and<br />
Repair including the provisions of all materials and equipment usually furnished with <strong>elevator</strong>, <strong>escalator</strong> and<br />
walkways services, in accordance with the terms, conditions, and requirements of this Request for Proposal (RFP)<br />
and the proposed agreement herein.<br />
It is the intent of these specifications to describe the Elevator, Escalator and Walkways equipment and/or devices of<br />
the CRAA airports. The Authority is seeking an <strong>elevator</strong> maintenance service company to perform complete<br />
<strong>preventive</strong> maintenance service, including, but not limited to all certificates, permits, inspections, adjustments, tests,<br />
parts replacement, and repairs necessary to keep the <strong>elevator</strong>s, <strong>escalator</strong>s and walkways covered under this<br />
contract in continuous use at the established capacity and efficiency for their intended purpose.<br />
These are minimum requirements only and are not limited and do not relieve contractor from the responsibility of<br />
providing the necessary service time and visits to maintain equipment in accordance with these specifications. Any<br />
work not specifically mentioned, but which is needed to make the work complete within the intent of these<br />
specifications, shall be performed without additional cost.<br />
2.0 APPLICABLE PUBLICATIONS<br />
2.01 All labor and materials shall meet minimum standards covered by the current American Society of Mechanical<br />
Engineers (ASME) A-17 Elevator and Escalator Safety Codes.<br />
2.02 ASME 18.1- The ASME 18.1 – 1999 “Safety Standards for Platform Lifts and Stairways Chairlifts”.<br />
2.03 Code of Federal Regulations 28CFR Part 36, Appendix A “Standard for Accessible Design,” Paragraph 4.10<br />
Elevators, Paragraph 4.11 Platform Lifts (wheelchair lifts).<br />
3.0 REQUIREMENTS<br />
3.01 The CRAA is seeking to do business with a firm that is primarily engaged and experienced in Elevator/<br />
Escalator <strong>preventive</strong> maintenance and repair services as specified herein.<br />
3.02 The Contractor shall possess and keep in force all licenses, permits and insurances required to perform the<br />
services of this Master Agreement.<br />
3.03 The Contractor shall obtain at Contractor’s expense, all permits and licenses required by law or ordinance and<br />
maintain same in full force and effect throughout the term of this contract.<br />
3.04 The Contractor shall maintain the equipment to deliver optimum levels of passenger safety, capacity,<br />
acceleration/deceleration travel speed, ride quality, quiet operation, and visual appearance that the equipment was<br />
designed to provide.<br />
3.05 Unless otherwise specifically provided in the Contract Documents, the Contractor shall provide and pay for all<br />
TS-2
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and<br />
other <strong>fac</strong>ilities and services necessary for proper execution and completion of the Work, whether temporary or<br />
permanent and whether or not incorporated or to be incorporated in the Work.<br />
3.06 Should the CRAA elect to reduce on-site staffing during the term of the Agreement, fees for basic Services will<br />
be reduced in proportion to the number of on-site staffing hours required.<br />
4.0 SERVICE DETAILED REQUIREMENTS<br />
4.01 Services to be Performed<br />
A. Provide all personnel, supervision, material, tools and equipment necessary to provide full repair and<br />
maintenance services including inspection, adjustments, testing and replacement of parts, as herein<br />
specified, for the safe and smooth operation of <strong>elevator</strong>s and <strong>escalator</strong>s; to reduce wear and prolong<br />
the useful life of moving parts of <strong>elevator</strong>s and <strong>escalator</strong>s through proper lubrication and <strong>preventive</strong><br />
maintenance (PM) and repair services on a scheduled and as needed at various Authority’s locations.<br />
The Contractor shall be responsible for repair/replacement of the glass/plexiglass surrounds and<br />
dividers near the <strong>escalator</strong>s and walkways<br />
B. “Repair” includes repairs caused by acts of vandalism, misuse, and any repair not specifically identified<br />
in Paragraphs C and D below as the responsibility of the Authority.<br />
C. The Authority shall be responsible for all fees to complete State inspections.<br />
D. The Authority shall be responsible for the costs associated with complying with new ordinance and<br />
code. The Contractor will bear all costs with maintaining compliance with codes once in existence.<br />
4.02 List of Elevators, Escalators, Walkways, and Wheel Chair Lift at CMH<br />
A. This contract will include twenty (20) hydraulic <strong>elevator</strong>s (nos. 1-18, 36 & 37); fifteen (15) traction<br />
<strong>elevator</strong>s (nos. 19-31, 33 & 34); twenty-eight (28) <strong>escalator</strong>s (nos. 1-12 and A-D, F-N, P-R); four (4)<br />
moving walkways (nos. 1-4); and one (1) wheel chair lift (Administrative Office) for a total of sixty-eight<br />
(68) units of equipment.<br />
B. Critical and Non-Critical Equipment Lists<br />
CRITICAL ELEVATOR/ ESCALATOR EQUIPMENT LIST<br />
Escalators- #1-12 Are not critical UNLESS both <strong>elevator</strong>s in the same tower are Out of Service (OTS)<br />
Elevators- #1-4 only 1 <strong>elevator</strong> to be OTS at anytime, per tower<br />
Elevator- #5 Tunnel to G.T.<br />
Elevator- #8 Food Court Freight<br />
Elevator- #12 A-Concourse Gates 4-7<br />
TS-3
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Elevator- #13 A-Concourse at Near Checkpoint<br />
Elevator- #14 C-Concourse at Far North Ticket Counter<br />
Elevator- #15 North Dock Freight<br />
PEA Elevators- #20, 21, 22, 23 Only one OTS at any time<br />
PEA Escalators- (Short)- I, J, K only one allowed OTS. Run down only if up OTS;<br />
(Long)- L, M only one OTS at any time<br />
Escalators- B, C, D Center Baggage- Only one allowed OTS, always one (1) up and one (1) down<br />
Elevators- East Cove Garage- #24, 25, 26, 27, 28, & 29 Only three (3) allowed down at any time<br />
Elevators- West Cove Garage- #30, 31, 33, & 34 Only two (2) allowed own at a time<br />
Elevator- #36 B-Concourse LULA- Near Gate B-32<br />
Elevator- #19 C-Concourse at Gate C-53<br />
Elevator- #37 Old FAA Tower<br />
Wheel Chair Lift (Administrative Office)<br />
NON-CRITICAL LIST<br />
Elevators- #6 Custom Freight, #7 TSA Break Room/FIS, #9 B-Mezz, #10 “T”, #11 South Baggage, #16<br />
Gate C46, #17 C Mezz, #18 Gate C51<br />
Term Escalators- F- A Baggage has stairs, A- Tunnel to G.T. as long as Elevator #5 is working, G &<br />
H-only one (1) allowed OTS at any time.<br />
Escalators- Garage- N, P, Q, R- (have stairs)<br />
Walkways- #1-4<br />
4.03 Term of Contract<br />
A. The Authority will award one contract to maintain all <strong>elevator</strong>s, <strong>escalator</strong>s, walkways and wheel chair<br />
lifts. The term of the contract is for three (3) years effective January 1, 2012 through December 31,<br />
2014, with two (2) three-year renewal options, with a price adjustment equal to the combined percent<br />
of increase or decrease for both the labor rate and the materials as mutually agreed upon between the<br />
Authority and the Contractor as detailed in Section 4.07. In no event shall the PM Contract<br />
automatically renew. The Authority will notify the Contractor in writing, no less than sixty (60) days<br />
prior of its intent to renew or re-solicit the contract.<br />
TS-4
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
4.04 Time of Performance<br />
A. The Contractor agrees that the scheduled inspections examinations and <strong>preventive</strong> maintenance shall<br />
be performed between 6:00 AM and 7:30 PM, Monday through Friday (except Holidays) unless the<br />
Authority agrees to other arrangements. The Contractor shall staff the building with one (1) full time<br />
mechanic during these hours and schedule the work activities around the hours stipulated above to<br />
allow maximum coverage. During peak travel times, the Authority may require the Contractor to<br />
perform preventative maintenance at alternative times to minimize the impact on CMH passengers.<br />
The Authority will provide the Contractor will adequate notice to ensure completion of Preventative<br />
Maintenance.<br />
B. Shift hours shall be as follows:<br />
1st Shift:<br />
2nd Shift:<br />
6:00 AM – 2:30 PM<br />
11:00 AM – 7:30 PM<br />
Shift times include a one-half (1/2) hour lunch period. The technicians will be required to answer<br />
emergency calls (entrapments), including during their lunch periods.<br />
C. The Authority will provide a check-in and check-out point to ensure that the required time is spent on<br />
the job. The Authority’s representative will conduct spot verifications to ensure that <strong>preventive</strong><br />
maintenance work is being completed. Repeat failures of equipment will be considered evidence the<br />
<strong>preventive</strong> maintenance is not being performed.<br />
D. The Contractor shall provide twenty-four (24) hours per day, seven (7) days per week, including<br />
holidays, three hundred sixty-five, sixty-six during leap years, (365/366) on-call maintenance and repair<br />
service personnel. The Contractor shall make available to authorized representatives of the Authority<br />
an uninterruptible telephone communication link directly to the Contractor.<br />
E. The Authority will require the Contractor to perform minor repairs as is necessary during normal<br />
business hours. Any repair during normal business hours that are estimated to require more than two<br />
(2) hours, the Authority requires another service team to be called in to make those repairs, and the<br />
mechanic on-site to resume the <strong>preventive</strong> maintenance work.<br />
4.05 Maintenance Response Time<br />
The Contractor shall be required to provide response time to service problems as described below:<br />
A. Normal Working Hours -- The Contractor’s normal working hours shall be defined as<br />
Monday through Friday, excluding holidays, from 6:00 AM to 7:30 PM. The Contractor shall provide onsite<br />
representation upon notification.<br />
B. Night and Weekend Hours -- For service calls during times other than normal working<br />
hours (6:00 AM to 7:30 PM), the response time for an on-site service representative shall be no longer<br />
than two (2) hours for routine calls, and no longer than thirty (30) minutes for emergencies for Critical<br />
Equipment detailed in Section 4.02-B and entrapments on all Equipment.<br />
TS-5
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
C. Liquidated Damages -- Failure to respond within the specified time will result in liquidated<br />
damages of one hundred dollars ($100.00) for each hour or part hour beyond the specified response<br />
time. The liquidated damages will be deducted from the next invoice.<br />
4.06 Work Outside of the Scope of the Contract<br />
A. The Contractor specifically agrees that it will make no claim that it was authorized to perform any extra<br />
work, or make any modifications to the work, in the absence of any written order from the Authority.<br />
B. Emergency repairs required as a result of <strong>elevator</strong> or <strong>escalator</strong> failure shall be performed immediately<br />
upon detection of need and as approved by the Authority in writing. The Authority will not be<br />
responsible for any travel time for any repair or requirement (e.g., meetings) covered by this Contract.<br />
The only exception will be on work requested by the Authority in writing outside of the scope of this<br />
Contract.<br />
C. For work requested by the Authority outside the scope of this Contract, Contractor shall be entitled to<br />
Contract hourly rate detailed in the Cost Proposal.<br />
4.06.01 Cooperative Purchasing Provisions for work outside the Scope of the Contract<br />
The successful contractor may also make available these item(s) or service(s) under the terms,<br />
conditions and pricing of the proposed agreement/contract to entities sanctioned by the Columbus<br />
Regional Airport Authority (CRAA) in its cooperative purchasing efforts. Any entity which is not subject<br />
to a purchase order from the CRAA must be invoiced directly by the contractor.<br />
Sanctioned entities' participation is subject to a credit approval by the contractor, as the CRAA is in no<br />
way obligated by those entities' financial commitments. Sanctioned entities include members of the<br />
Central Ohio Organization of Public Purchasers (COOPP), members of the Southwest Ohio<br />
Purchasers 4 Government (SWOP4G), members of the River Valley Chapter of NIGP, and members of<br />
the Airport Purchasing Group (APG.)<br />
No act or failure to act on the part of another entity or agency shall alter, modify, or change any part of<br />
this agreement between the CRAA and the contractor.<br />
4.07 Contract Price Adjustment<br />
No less than 120 days prior to the annual anniversary date of the agreement, the Contractor shall provide<br />
the CRAA Director of Asset Management, 4600 International Gateway, Columbus, OH 43219, notice of<br />
pricing for the ensuing year, as the same price per above or priced with a calculated adjustment index<br />
figure (AIF), not to exceed +4% or -4% each time it is applied, as described herein.<br />
The adjusted prices, expressed as a mathematical formula shall be calculated as follows:<br />
Current price x (1 + AIF)<br />
The notice shall include the revised price, a printout of the indexes as described herein, and the<br />
calculations used to figure the price adjustment.<br />
TS-6
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
A. Calculating the adjustment index figure (AIF): The AIF shall be based on materials and labor indexes<br />
and be calculated as follows:<br />
25% of the materials index <strong>fac</strong>tor plus 75% of the labor index <strong>fac</strong>tor<br />
Factors shall be based upon the latest published copies of the indexes according to the US. Department of<br />
Labor, Bureau of Labor Statistics www.bls.gov.<br />
The materials index <strong>fac</strong>tor shall be the latest published one year change (percentage) in the Producer Price<br />
Index (PPI) for “Elevator and moving stairway manu<strong>fac</strong>turing Industry Code = 333921; Parts and<br />
attachments for <strong>elevator</strong>s and moving stairways (sold separately) Product Code = 333921-3;” from “Table<br />
5. Producer price indexes for the net output of selected industries and their products, not seasonally<br />
adjusted.”<br />
The labor index <strong>fac</strong>tor shall be the latest published one year change (percentage) in the Producer Price<br />
Index (PPI) Employment Cost Index for “Private industry workers” in the “Service-providing Industry;” from<br />
“Table 9. Employment Cost Index for wages and salaries, for private industry workers, by occupational<br />
group and industry.”<br />
For example if the PPI index change noted for materials index <strong>fac</strong>tor is down .6 percent, and the PPI index<br />
change noted for the labor index <strong>fac</strong>tor is up 1.6 percent, then the calculation of the AIF is as follows:<br />
(-.06 x .25) + (.016 x .75) is -.0015 + .012 = .0105, therefore, the AIF = .0105<br />
Then the AIF is (in this case) an <strong>escalator</strong> of 1.05 percent of the original price.<br />
Therefore, the adjusted prices shall be equal to the current price x (1 + .0105)<br />
Continued Service at Revised Pricing<br />
If all of the <strong>document</strong>ation and price information is correct, the CRAA will approve a price adjustment, fixed<br />
for one year. Then, no less than 60 days prior to the anniversary date of the agreement, the CRAA shall<br />
provide the Contractor with written or e-mail notification that the price adjustment is approved.<br />
Note: Samples of the PPI tables that support the calculations above follow this page for your<br />
information/convenience.<br />
Materials Index Factor information: in this case (below) the index was: minus 0.6 percent, so the materials<br />
index <strong>fac</strong>tor is calculated as:<br />
.025 x (-.006) which equals -0.0015<br />
TS-7
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Labor Index Factor information: in this case (below) the index was: plus 1.6 percent, so the labor index<br />
<strong>fac</strong>tor is calculated as:<br />
.75 x (+.016) which equals +0.012<br />
TS-8
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
4.08 Contractor’s Employees<br />
A. The Contractor shall have all technicians and mechanics badged for proper access to all covered<br />
equipment. Failure to do so will result in the technicians or the mechanics being asked to leave the<br />
area. Such result will not relieve the Contractor from being in violation of Section 4.05 Maintenance<br />
Response Time herein if response times are not met. If the technician or mechanic is absent from work<br />
for any reason, the Contractor shall provide a badged replacement.<br />
B. The Contractor’s employees shall at all times conduct themselves in a professional manner. They shall<br />
be required to wear distinctive uniforms while in the public areas of the service site.<br />
4.09 Subcontract Assignment<br />
The use of direct sub-contractors for performance of the Contractor’s obligations under this Contract shall<br />
not be permitted without the prior written consent of the Authority.<br />
5.0 CONTRACT TRANSITION<br />
In the event services end by either contract expiration or termination, it shall be incumbent upon the<br />
TS-9
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Contractor to continue services, if requested by CRAA, until new services can be completely operational.<br />
The Contractor acknowledges its responsibility to cooperate fully with the replacement Contractor and<br />
CRAA to ensure a smooth and timely transition to the replacement Contractor. Such transitional period<br />
shall not extend more than ninety (90) days beyond the expiration date of the contract, or any extension<br />
thereof. The Contractor will be reimbursed for services during the transitional period at the rate in effect<br />
when the transitional period clause is invoked by the Authority.<br />
5.01 Contractor’s Phase-In<br />
A. In order to accomplish a smooth and successful transition of operations and maintenance services and<br />
at no charge to the Authority, the Contractor shall provide Phase-In services for up to thirty (30) days<br />
prior to contract expiration.<br />
B. The successor Contractor will not be responsible for operating or maintaining the equipment during the<br />
Phase-In period.<br />
C. Contractor’s Phase-In period will begin upon receipt of a “Start Phase-In notice” from the Authority and<br />
continues until receipt of “official Notice to Proceed” (Start date of the Contract).<br />
D. The incumbent Contractor shall perform the duties and services listed in its contract during the<br />
Contractor’s Phase-In period, and shall be available during the Phase-In period to answer questions<br />
and resolve issues or any misunderstandings.<br />
E. During Phase-In period the Contractor shall provides all required deliverables including but not limited<br />
to:<br />
1. Review and verify equipment lists within the first five (5) days of Phase-In.<br />
2. Arrange to have supervisory, technical, and other related personnel on site at the airport to observe<br />
the operation and maintenance of the <strong>elevator</strong>, <strong>escalator</strong> and moving sidewalk systems.<br />
3. Recruit and transfer personnel, train personnel, arrange for security badges.<br />
4. Ensure adequate parts, tools and equipment in place for systems maintenance.<br />
5. Develop and implement a full project schedule detailing the responsibilities of assigned personnel<br />
and submit it to the Authority Project Manager or designee for approval.<br />
6. Emergency phone numbers and cell numbers.<br />
7. Certification of all contractor personnel requirements and training.<br />
8. Inventory of supplies, materials, tools, equipment, etc., necessary to start.<br />
9. Permits, licenses and certifications.<br />
10. Provide deficiency list within thirty (30) days of the Notice to Proceed.<br />
TS-10
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
11. The Contractor shall be prepared to perform fully all work services upon receipt of “Notice to<br />
Proceed” letter from the Authority.<br />
5.02 Contractor’s Phase-Out<br />
A. Two (2) months prior to Contract expiration, the Contractor/Incumbent shall submit a comprehensive<br />
close-out plan which will include a complete list of current activities and status, projected activities<br />
scheduled and impacts, staffing requirements, summary of the last twelve (12) months of monthly<br />
reports, and list of equipment to the Authority.<br />
B. In order to accomplish a smooth and successful transition of operations and maintenance services and<br />
at no charge to the Authority, the Contractor/Incumbent shall provide Phase-out services for up to thirty<br />
(30) calendar days following the successor’s receipt of “Start-Phase-In Notice” from the Authority and<br />
continue until successor’s receipt of “official Notice to Proceed”.<br />
C. Contractor/Incumbent shall be totally responsible for providing the services under this Contract during<br />
its Phase-out period.<br />
D. Contractor/Incumbent shall provide all required deliverables including, but not limited to:<br />
1. List of qualified employees working at the Airport.<br />
2. Process for returning Authority Identification Badges, keys, etc.<br />
3. Reporting requirements.<br />
4 Inventory of supplies, materials, tools, and equipment.<br />
5. Permits, licenses, and certification.<br />
6. Detailed transition plan.<br />
E. The Contractor/Incumbent and the successor contractor shall jointly prepare a mutually agreeable<br />
detailed plan for approval by the Manager, Facilities Division for the phase-out of the<br />
Contractor/Incumbent and the phase-in of the successor contractor.<br />
6.0 CONTRACTOR’S MAINTENANCE REQUIREMENTS<br />
6.01 Operating Characteristics<br />
A. The Contractor shall, at all times, maintain the operating characteristics of the equipment as originally<br />
designed and installed by the Manu<strong>fac</strong>turer; consideration for safety and equipment efficiency are to be<br />
observed in complying with the operational standards.<br />
B<br />
The Contractor shall maintain the equipment in peak condition including ride and appearance of the<br />
entire unit. Units must operate quietly and smoothly with no discernable bumps, jolts, vibrations or ride<br />
TS-11
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
imperfections as reasonably determined by the Authority.<br />
6.02 Compliance with Regulations and Codes<br />
A. The Contractor shall conduct all tests and make corrections as required by the code authorities. The<br />
Contractor must include the cost for those items required at the time of this Contract. The Contractor<br />
must advise the Authority, in writing, of any additional, new test or correction that is required by the<br />
code authorities, and receive the Authority’s authorization to perform the additional work.<br />
All service shall be in full compliance with federal, state and local regulations and codes.<br />
B. The Contractor shall notify the Authority, in writing, of any additional, new test, corrections or other<br />
changes in the codes that would affect the equipment. This shall include a statement of whether the<br />
change is required or recommended. The Contractor must receive the Authority’s authorization to<br />
perform the additional work.<br />
C. The Contractor will be responsible for all required changes that are current up to 2012, for the year<br />
corresponding to the year the equipment was turned over. The Contractor will not be responsible for<br />
the cost of bringing equipment to the standard required by new codes or ordinances. However, the<br />
Contractor is responsible for the cost to maintain the equipment to the new code.<br />
6.03 Diagnostic Tools<br />
6.04 Tests<br />
The Contractor shall make available either through lease or purchase arrangement for the Authority any<br />
special tools or diagnostic instruments necessary for the Contractor to effectively re-program and maintain<br />
the <strong>elevator</strong>/ <strong>escalator</strong> system(s) covered under this Contract. The Contractor shall provide any manuals<br />
and instructions necessary, and these shall become the property of the Authority. The Contractor shall<br />
provide to the Authority a list of the diagnostic tool(s) (make and serial number) to be used at this property<br />
to complete the required tests.<br />
A. The Contractor shall perform periodic testing of the “firefighter’s emergency service” feature in<br />
accordance with ANSI A17.1, Rule 1002 g and provide assistance in performance of semi- annual<br />
emergency power testing. The Authority will schedule tests during “non-regular business” hours, a<br />
minimum of twice per calendar year. Rated load and no-load testing of <strong>elevator</strong>s covered under this<br />
Contract shall be conducted by the Contractor, at his expense, at a frequency dictated by local codes.<br />
In the event there is damage to the building structure as a result of tests conducted, the Contractor<br />
shall not be responsible for damages caused by impact. If the damage or loss due to the safety testing<br />
is a result of negligence from the performance of the test, on the part of the Contractor, the Contractor<br />
shall be solely responsible for the cost to repair any damages caused.<br />
B. The Authority will coordinate the test schedule with the successful contractor after the “Start Phase-in<br />
Notice”.<br />
6.05 Evaluations and Inspections<br />
TS-12
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
A. The Contractor shall perform yearly evaluations of the equipment performance; including but not limited<br />
to, passenger handling capabilities of the system, and current performance compared with optimal<br />
design criteria identified as a part of this specification. If the evaluation demonstrates non- compliance<br />
with performance standards established in the specification, the Contractor shall perform any and all<br />
adjustments, repairs, or replacements required to achieve acceptable operation. The Contractor shall<br />
review the evaluation report with the Authority on an annual basis. The Contractor shall own diagnostic<br />
tools with the capability to perform a complete system evaluation and will be expected to use modern<br />
diagnostic tools during the performance of regular PM tasks.<br />
B. The Contractor will be responsible for scheduling all State inspections (2 per year), with the prior<br />
approval of the Authority. The Contractor will be responsible for all labor and materials required to<br />
complete the inspections, including repairing all code violations on all equipment listed in section 1.03-<br />
A above. The Contractor will be responsible for all current requirements mandated by federal, state,<br />
and local codes, including those required in accordance with ANSI A17.1 Part 10 and ASME A17.2.3.<br />
The Contractor will be responsible for all labor involved to perform and comply with all State<br />
inspections, but will not be responsible for any local, state or federal fees associated with those<br />
inspections.<br />
C. Should the Authority request additional inspections, Contractor shall be responsible for all costs of<br />
inspections, including all costs associated with opening any <strong>elevator</strong> or <strong>escalator</strong>, requested by the<br />
Authority that reveal any defect in Contractor’s performance under this Contract. Should no defect be<br />
discovered, the Authority shall be responsible for actual labor costs associated with the inspection<br />
requested by the Authority.<br />
D. In the opinion and at the request of the Authority, should the equipment demonstrate a continuing<br />
problem in terms of any area of its performance, the Authority may require that an independent field<br />
audit be performed by a “home office” technical support representative. The person(s) identified will<br />
investigate and recommend a course of action that will be mutually agreed upon to resolve the<br />
problem(s). These “home office” field inspections shall be limited to two (2) per year.<br />
E. The Authority reserves the right to utilize the services of an industry-recognized third-party to determine<br />
whether the services rendered, and the equipment performance, complies with the requirements of<br />
these specifications and industry standards. The Contractor shall be responsible for the cost of<br />
furnishing all labor and material necessary to comply with a “non- performance evaluation report” within<br />
sixty (60) days following written notification, regardless of termination or continuation of the PM<br />
Contract.<br />
6.06 Excessive Equipment Malfunctions<br />
A. In the event that the equipment maintained under this Contract malfunctions more than once per week<br />
per unit, extending for a period of four (4) consecutive weeks, the Authority shall expect the Contractor<br />
to resolve the malfunction(s) within ten (10) days; if the deficiency cannot be resolved within the ten<br />
(10) day period and the equipment has not reached the end of its service life as determined by<br />
Authority’s independent consultant, the Authority shall have the right to immediately terminate this<br />
Contract, and the Contractor shall reimburse the Authority for any costs incurred in acquiring the<br />
services of another Contractor to resolve the equipment malfunction(s).<br />
TS-13
6.07 Parts<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
B. Failure on the part of the Contractor to exercise due diligence in returning equipment to service within<br />
forty-eight (48) hours shall be cause for Contract termination, at the sole discretion of the Authority.<br />
The Authority reserves the right to withhold payment, in whole or in part, which it determines is<br />
necessary to protect against loss due to any of the following:<br />
1. Defective work.<br />
2. Evidence of probable filing of claims by other parties against the Authority, its agent(s), or<br />
representative(s) in connection with this contract.<br />
3. Failure of the Contractor to pay any sub-contractor or supplier.<br />
4. Damage to the Authority, its agent(s), or representative(s).<br />
A. All supplies, materials, repair parts, replacement parts, equipment, and tools used by the Contractor to<br />
perform the Work specified, shall be of the type, quality, and size customarily used within the <strong>elevator</strong>/<br />
<strong>escalator</strong> industry. All repair and replacement parts shall be new, and procured from the original<br />
equipment manu<strong>fac</strong>turer. The Contractor must receive prior written approval from the Authority for any<br />
deviation from this requirement in any respect. Any parts requiring repair shall be rebuilt to “as new”<br />
condition; any such parts deemed unsuitable by the Authority shall be immediately replaced at the<br />
Contractors expense.<br />
B. The Contractor shall maintain an up to date inventory of replacement parts, stored under lock in a<br />
designated machinery room. The inventory list shall include the part number, brief part description, and<br />
procurement source; the inventory shall be available for inspection by the Authority or representative,<br />
upon request.<br />
C. If a part is not in current supply, or normal production, the Contractor shall make every effort to<br />
promptly fabricate a replacement, and shall notify the Authority in writing, as to the source of supply<br />
and anticipated repair completion date.<br />
D. If the Contractor is unable to procure the materials for the necessary remedial or preventative<br />
maintenance work, the Authority reserves the right to purchase the materials directly from the<br />
appropriate manu<strong>fac</strong>turer, and deduct the same amount plus fifteen percent (15%) for liquidated<br />
damages from the monthly preventative maintenance invoice or the cost of the remedial work.<br />
6.08 Obsolete Parts<br />
The Contractor shall maintain all <strong>elevator</strong>s/<strong>escalator</strong>s to original design, conditions and performance<br />
characteristics. During the term of the agreement, certain equipment components may become obsolete<br />
and new and/or rebuilt OEM parts may not be available. In such instances, Contractor will be responsible<br />
for modification of equipment due to obsolete parts, with no current direct replacement and/or manu<strong>fac</strong>turer<br />
recommendation; the parts will be replaced so as to maintain <strong>elevator</strong>s/<strong>escalator</strong>s in its original design and<br />
performance characteristics. Modification is subject to CRAA approval.<br />
TS-14
6.09 Warranties<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Contractor warrants that all goods, equipment, material or services delivered will be new and of good<br />
quality, material and workmanship, merchantable and free from all defects and conform strictly and in all<br />
respects to the instructions, specifications, drawings, samples, data, scope of services and/or other<br />
descriptions specified or furnished. This warranty shall survive any inspection, delivery, acceptance or<br />
payment by the Authority of the goods, equipment, material or services. Contractor represents and<br />
warrants that it has full knowledge of the Authority's intended use of the goods, equipment, material or<br />
services provided under this Contract. The foregoing warranties of merchantability and fitness for a<br />
particular purpose made by Contractor, together with its service warranties, shall inure to the Authority and<br />
its customers and shall be in effect as to all goods, equipment or material furnished, serviced or repaired or<br />
services rendered for the term of the Contract. Neither acceptance nor payment, nor both, shall affect<br />
Contractor's obligation under the foregoing warranties or any other warranty, whether express or implied,<br />
provided for herein or by law.<br />
6.10 Wiring Diagrams, Component Drawing, etc.<br />
A. Wiring diagrams, component drawings, listing, record or any other item shall not be removed from the<br />
service site without prior approval of the Authority.<br />
B. The Authority must approve any <strong>elevator</strong>/ <strong>escalator</strong> system change, in writing, prior to implementation;<br />
all hard wiring changes in circuits must be noted on the wiring diagrams. No additional payment will be<br />
made for these changes.<br />
C. The Authority retains the right to reproduce the “as-built/ installed” electrical wiring diagrams, and shall<br />
retain possession and sole ownership of the drawings in the event the PM Contract is terminated.<br />
6.11 Reporting Requirements<br />
A. A “service log” shall be kept in a designated machinery room, or in another agreed upon location, and<br />
shall be available for the Authority or representatives inspection, upon request. At a minimum, the log<br />
shall contain the following information: service tech name, the date, the equipment unit number, the<br />
problem discovered, the action taken, the beginning and completion times. The Contractor will also be<br />
required to provide to the Authority each month an electronic file (“automated on-line”) containing<br />
reports of past call back/ or outage events for the Authority’s review.<br />
B. On a bi-weekly basis, the Contractor shall provide a detailed written report of all calls to each individual<br />
piece of equipment. The Contractor shall provide a separate report for each unit serviced.<br />
1. The report shall include all equipment malfunctions including, but not limited to malfunctions of the<br />
step switches, impact switches, comb plates, electronic and mechanical failures, broken steps,<br />
chains, and glass.<br />
2. In all cases, the report shall include the preventative maintenance or, in the case of a problem, the<br />
nature of the problem, the corrective action taken, the materials used, the time the problem was<br />
reported to the Contractor and the response time, the mechanic’s name, the length of the repair<br />
time, the travel time, the day, date, unit number with the state identification number.<br />
TS-15
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Routing sheets and modules that include all covered equipment will be reviewed on a monthly<br />
basis with the Contractor. All call-ins and after hours work will require a service ticket be filled out<br />
and delivered at the time of service. These fulfilled routing sheets and modules shall be sent<br />
electronically to the Authority’s Elevator/ Escalator P.M. Contract Manager.<br />
B. The Contractor’s supervisory personnel shall schedule and hold Monthly meetings with the CRAA’s<br />
Project Manager to discuss scheduling of future work and review of past accomplishments.<br />
C. Annually, the Contractor shall provide to the CRAA’s Project Manager, a report of the inspections<br />
conducted, the corrections required, and the work performed on each unit. The Contactor shall include<br />
a copy of the tests performed, and <strong>document</strong>ation of satis<strong>fac</strong>tory operation.<br />
D. The Contractor’s maintenance books and records shall be subject to review within ten (10) days after<br />
written notice by the Authority. The Contractor shall maintain all books and records pertaining to this<br />
Contract for a period of not less than two (2) years following the contract term, and any and all<br />
extensions<br />
6.14 Safety Requirements<br />
A. The Contractor shall take all necessary precautions to keep the premises free of safety hazards, and<br />
shall protect all materials, equipment, and completed or partially completed work, from loss and<br />
damage, including theft and damage by weather. The Contractor shall correct any damage, or<br />
disfigurement, to work or property during PM Service.<br />
B. Fire hazards will not be permitted to exist. Storage of combustible and/ or flammable materials shall be<br />
held to a minimum; such materials must be kept in approved safety containers, and must be stored by<br />
the Contractor before the end of each workday.<br />
6.15 Accident Reporting<br />
A. In the event of an accident, the Contractor will be notified immediately.<br />
B. If the Contractor discovers an accident, the Authority shall be notified immediately.<br />
C. The Contractor shall assist in securing the equipment to permit the investigation of the accident.<br />
D. When a condition is reported that could result in an accident or injury, the Contractor shall immediately<br />
repair the problem.<br />
E. If the Contractor is unable to make the correction, the unit is to be taken out of service. The Contractor<br />
is responsible for providing safe and dependable vertical transportation service.<br />
6.16 Special Insurance Provisions<br />
A. Refer to Schedule H for the types and minimum limits of insurance.<br />
TS-16
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
B. The minimum coverage’s may be obtained through primary insurance or any combination of primary<br />
and umbrella insurance.<br />
C. With the approval of the Authority, the Contractor may provide and maintain during the life of the<br />
Contract an insuring or security arrangement that will provide coverage similar to that specified in<br />
Schedule H.<br />
D. Insurance, or similar insuring or security arrangement, may not be changed or cancelled unless the<br />
insured and the Authority be notified in writing not less than thirty (30) days prior to such change or<br />
cancellation. If any part of the Contract is sublet, the Contractor is responsible for the sublet’s being<br />
adequately covered by insurance herein above described.<br />
E. The Contractor shall maintain insurance, or similar insuring or security arrangement, upon the approval<br />
of the Authority, to protect the Contractor and the Authority from loss by fire, lightening, extended<br />
coverage, and vandalism caused by the Contractor, its employees or sub-contractors, in the full<br />
amount of the Contract.<br />
7.0 ELEVATOR/ ESCALATOR SYSTEMS (COVERAGE)<br />
7.01 General<br />
A. The Contractor shall provide a minimum of two hundred seventy-seven and one quarter hours (277.25)<br />
preventative maintenance, inspection and testing hours per month. Each piece of equipment will<br />
receive a minimum of one maintenance visit per month for a minimum of one (1) hour. The rest of<br />
hours will be used as needed for testing, inspections and repair, subject to the approval of the<br />
Authority.<br />
B. The Contractor shall provide on-site supervision by a trained superintendent normally involved in<br />
maintenance supervision for the company to review the quality of work being performed, the<br />
cleanliness of the equipment and equipment rooms, the safety procedures, proper operation and<br />
record keeping. The supervisor shall be on-site at the time that the majority of the work is performed.<br />
The lead mechanic suffices as supervisor and must also check in and out with the Authority.<br />
C. The Contractor shall submit a checklist for the maintenance of the <strong>elevator</strong>s and <strong>escalator</strong>s prior to the<br />
award of the contract. The checklist shall include, at a minimum, the requirement to examine, clean,<br />
lubricate, adjust, and repair or replace the components on a semi-monthly basis. The checklist shall<br />
require specific intervals for major items of maintenance. Items such as removing fascia covers,<br />
cleaning and lubricating door tracks, checking the operation of interlocks, lubricating pins, etc., shall be<br />
scheduled on a regular basis.<br />
D. All emergency panic devices (i.e. alarm bells, stop buttons, and telephone links to the Communication<br />
Center) shall be tested weekly and <strong>document</strong>ed in the maintenance log and noted on the job ticket<br />
turned in at the end of the shift.<br />
E. Scheduled preventative maintenance shall include all service required to maintain the equipment at<br />
maximum performance and reliability levels. Any other work performed (e.g., repairs to inoperable<br />
equipment) will be in addition to the minimum preventative maintenance requirements, and will be the<br />
TS-17
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Contractor’s responsibility.<br />
F. The Contractor shall provide a helper to assist in the removal of the <strong>escalator</strong> and walkway steps to<br />
accommodate state inspections.<br />
G. The Contractor shall furnish all necessary materials, labor, tools, parts, equipment, supervision,<br />
lubricants, and supplies required to provide <strong>preventive</strong> maintenance of the entire vertical transportation<br />
system.<br />
H. The interior of the units, pits, pans, machinery, balustrade interiors, shall be cleaned annually or more<br />
often if required by inspections. Fire hazards will not be permitted to exist within the equipment.<br />
7.02 Traction Type Elevators<br />
A. In accordance with their established PM schedules, the Contractor shall examine, clean, lubricate,<br />
adjust, and when conditions warrant, repair or replace components including, but not limited to, the<br />
following:<br />
1. Elevator machines and armatures, motor generators (static drives), controller components, hoist<br />
and governor cables, electrical wiring, selectors, machine brakes, chains, bearings, rotating<br />
elements, brake coils, guide rollers, door hangers, door hanger rollers, door relating devices, door<br />
closers, door operators, brushes, commutators, brake shoes and linings and pins, windings, coils,<br />
relays and contacts, resistors, transformers, and solid state devices such as printed circuit boards,<br />
emergency lighting units, intercom or voice communication systems related to <strong>elevator</strong> operation,<br />
<strong>elevator</strong> management systems- consoles, CRT’s, keyboards, wiring and components, emergency<br />
power operation and <strong>elevator</strong> operating devices, and all handicap devices.<br />
2. The Contractor shall clean and vacuum <strong>elevator</strong> hoistways and equipment a minimum of twice per<br />
year; including, but not limited to, rails, inductors, hatch door hangers, door tracks, door relating<br />
devices, door closers, switches, buffers, selector tapes, car tops, and any ledges and / or<br />
projections. The Contractor shall be responsible for working conditions of all light fixtures in<br />
<strong>elevator</strong>s and <strong>escalator</strong>s. Contractor shall be responsible for relamping of all fixtures, except<br />
interior cab lighting.<br />
3. The Contractor shall conduct an annual “no load”, “low speed” test of the governor mechanism and<br />
buffers, and every fifth year, conduct a “rated load”, “rated speed” safety test as required by ANSI<br />
A 17.1; where “local codes” vary, the Contractor shall follow the local mandated requirements.<br />
4. The Contractor will be required to provide minor adjustments, not replacement, of the following<br />
items and will notify the on duty Authority Maintenance Supervisor of any deficiencies accordingly:<br />
a. Sump pumps, floor coverings, cleaning of interiors, emergency power generators, air<br />
conditioners or heaters, underground casings and cylinders, all hydraulic piping and cylinders<br />
(except that portion which is exposed in the machine room and hoistway), hoistway door<br />
panels, hoistway door frames, hoistway sills (unless the hoistway door panels, door frames, or<br />
sills are determined to have a manu<strong>fac</strong>turer defect), cat panels, power switches, breakers,<br />
feeders, light fixtures, cover plates for signal fixtures, cover plates for push button stations, or<br />
TS-18
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
smoke detectors.<br />
7.03 Hydraulic Type Elevators<br />
A. In accordance with their established PM schedules, the Contractor shall examine, clean, lubricate,<br />
adjust, and when conditions warrant, repair or replace components including, but not limited to, the<br />
following:<br />
1. Pump, valves, motor, controller components, bearings, windings, coils, relays and contacts,<br />
resistors, drive belts, gaskets, jack packing, strainers, mufflers, flexible oil line hoses, clamps,<br />
above ground piping, door hangers, door hanger rollers, door relating devices, door closers, guide<br />
rollers (or inserts for sliding guides), and any cathodic protection devices.<br />
2. The Contractor shall clean and vacuum <strong>elevator</strong> hoistways and <strong>elevator</strong> hoistway equipment a<br />
minimum of twice per year; including, but not limited to, rails, inductors, hatch door hangers, door<br />
tracks, door relating devices, door closers, selector tapes, switches, buffers, car tops, and any<br />
ledges and/ other projections.<br />
3. The Contractor shall clean the pump room floor and hoistway pits a minimum of once per quarter to<br />
minimize any potential oily accumulation.<br />
4. The Contractor shall not be responsible for replacement of the following items, but will be expected<br />
to provide minor adjustments and notify the Authority Maintenance Supervisor of any deficiencies<br />
in the following:<br />
7.04 Escalators/Walkways<br />
a. Sump pumps, floor coverings, cleaning of interiors, emergency power generators, air<br />
conditioners or heaters, underground casings and cylinders, all hydraulic piping and cylinders<br />
(except that portion which is exposed in the machine room and hoistway), hoistway door<br />
panels, hoistway door frames, hoistway sills (unless the hoistway door panels, door frames, or<br />
sills are determined to have a manu<strong>fac</strong>turer defect), cat panels, power switches, breakers,<br />
feeders, light fixtures, cover plates for signal fixtures, cover plates for push button stations, or<br />
smoke detectors.<br />
A. In accordance with their established PM schedules, the Contractor shall examine, clean, lubricate,<br />
adjust, and when conditions warrant, repair or replace components including, but not limited to, the<br />
following:<br />
1. Machines, drive motors, drive belts and timing belts, reducers, bearings and thrusts, brake coils,<br />
contacts, relays, step chains, axles, worms and gears, drive chains, step assemblies, belts,<br />
handrails, handrail drives, controller components, sprockets, step tracks and handrail tracks,<br />
tension devices, combs and comb plates, landing plates, lubricators, understep and demarcation<br />
lighting, safety switches and devices, signal and control devices, all equipment which is normally<br />
installed as part of the <strong>escalator</strong>/walkway equipment, and any solid- state devices.<br />
2. The Contractor shall keep the <strong>escalator</strong> operation smooth and quiet and shall clean and vacuum<br />
TS-19
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
the interior of the <strong>escalator</strong> trusses a minimum of twice per year; including but not limited to, pans,<br />
rollers, tracks, drives, lubricators, switches, sprockets, and pit area.<br />
3. The Contractor shall perform a complete and thorough annual clean down of each<br />
<strong>escalator</strong>/walkway unit to coincide with the annual state inspections. The clean down is to include<br />
the removal of a minimum of 50% of the <strong>escalator</strong> steps. The Contractor shall clean the underside<br />
of all steps, pans, rollers, tracks, drives, switches, sprockets, and pit area to remove oily residue,<br />
dirt and other debris (this requirement is to supplement the procedures listed in item 2 above. All<br />
truss support bolts and track shall be tightened and checked for alignment. Support members for<br />
inner and outer decks, skirts and balustrade shall be tightened and provide a smooth outer sur<strong>fac</strong>e<br />
throughout the entire length of the unit.<br />
4. The Contractor shall maintain the cleanliness of car tops and pits that are visible to the public.<br />
5. The interior of the units, the pits, pans, machinery, balustrade interiors, shall be cleaned annually,<br />
or more often if required by inspections.<br />
6. Clean-downs are considered <strong>preventive</strong> maintenance work. The Authority expects the Contractor<br />
to bring in a helper to work with mechanic for clean-downs.<br />
8.0 EQUIPMENT DESCRIPTION (UNITS COVERED UNDER THIS CONTRACT).<br />
************************************<br />
8.01 Elevators<br />
************************************<br />
Elevator Number:<br />
E-1 & E2/ E3 & E4 (Main/Parking)<br />
Manu<strong>fac</strong>turer:<br />
Original Dover w/ modernized controls by<br />
Montgomery/ Kone<br />
Duty:<br />
3000 lb @ 125 fpm (passenger)<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served: 1, 2, P1, P2 (4)<br />
Type of doors/ operator: 3’6” X 7’0” B Center Opening/Dover HD 73<br />
Date of Last Pressure Test: 8/2010<br />
State ID Numbers: 26225 (1), 26226 (2), 26228 (3), 26227 (4)<br />
************************************<br />
Elevator Number:<br />
E-5 (Garage Tunnel to Ground Transportation)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
4500 lb @ 125 fpm<br />
Type of control/ supervisory: AC/Miprom Microprocessor<br />
Levels served: W, 1<br />
Type of doors/ operator:<br />
4’X 7’0”- Two-speed Side Slide/ MAC<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 41683<br />
************************************<br />
Elevator Number: E-6 (Concourse B)<br />
Manu<strong>fac</strong>turer:<br />
Dover Elevator Company<br />
Duty:<br />
5000 lb @ 50 fpm (freight)<br />
Type of control/ supervisory: AC/ Dover Composite- Simplex<br />
TS-20
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
Manual- Vertical bi- parting<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 26587<br />
************************************<br />
Elevator Number: E-7 (Concourse B)<br />
Manu<strong>fac</strong>turer:<br />
Dover Elevator Company<br />
Duty:<br />
2500 lb @ 100 fpm (passenger)<br />
Type of control/ supervisory: AC/ Dover Composite- Simplex<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
3’6” X 7’0”- Center Opening/ Dover HD73<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 26586<br />
************************************<br />
Elevator Number:<br />
E-8 (Concourse B) FREIGHT<br />
Manu<strong>fac</strong>turer:<br />
Dover Elevator Company<br />
Duty:<br />
4000 lb @ 125 fpm (passenger/ service)<br />
Type of control/ supervisory: AC/ Dover Composite- Simplex<br />
Levels served: B, 1F, 1R, 2 (3)<br />
Type of doors/ operator:<br />
4’0” X 7’0”- Two-speed Side Opening/ Dover HD73<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 26238<br />
************************************<br />
Elevator Number: E-9 (Concourse B) *<br />
Manu<strong>fac</strong>turer:<br />
Dover Elevator Company<br />
Duty:<br />
2000 lb @ 199 fpm (passenger)<br />
Type of control/ supervisory: AC/ Dover Composite- Simplex- Holeless<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
3’0” X 7’0”- Single-speed Opening/ Dover HD73<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 26246<br />
************************************<br />
Elevator Number: E-10 (Concourse B) *<br />
Manu<strong>fac</strong>turer:<br />
Dover Elevator Company<br />
Duty:<br />
2000 lb @ 100 fpm (passenger)<br />
Type of control/ supervisory: AC/ Dover Composite- Simple<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
3’0” X 7’0”- Single-speed Opening/ Dover HD73<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 26239<br />
************************************<br />
Elevator Number: E-11 & E-12 (Concourse A)<br />
Manu<strong>fac</strong>turer:<br />
Westinghouse/ Schindler<br />
Duty:<br />
3000 lb @ 150 fpm (passenger)<br />
Type of control/ supervisory: AC/ MPH II<br />
Levels served: 1-2 (2)<br />
TS-21
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Type of doors/ operator:<br />
3’6” X 7’0” B Center Opening/GAL<br />
Date of Last Pressure Test: 8/2010<br />
State ID Numbers: 30749 (11) & 30750 (12)<br />
************************************<br />
Elevator Number: E-13 (Concourse A) *<br />
Manu<strong>fac</strong>turer:<br />
Westinghouse/ Schindler<br />
Duty:<br />
2500 lb @ 150 fpm (freight)<br />
Type of control/ supervisory: AC w/ Wye Delta Start/ Simplex Relay<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
5’0” X 7’0”- Vertical Bi-part/ Courion<br />
Date of Last Pressure Test: 8/2009<br />
State ID Number: 30857<br />
************************************<br />
Elevator Number: E-14 (Concourse C) *<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone Elevator Company<br />
Duty:<br />
3000 lb @ 150 fpm (passenger)<br />
Type of control/ supervisory: AC/ Montgomery Model 2100- Simplex<br />
Levels served: B, 1-2 (3)<br />
Type of doors/ operator:<br />
3’6” X 7’0”- Center Opening/ MAC<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 34415<br />
************************************<br />
Elevator Number:<br />
E-15 (Concourse C) - FREIGHT<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone Elevator Company<br />
Duty:<br />
8000 lb @ 100 fpm (freight w/ Class A2 loading)<br />
Type of control/ supervisory: AC/ Montgomery Model 2100- Simplex<br />
Levels served: B, 1 (2)<br />
Type of doors/ operator:<br />
7’0” X 8’0”- Vertical Bi- parting / MAC<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 34416<br />
************************************<br />
Elevator Number: E-16 & E-18 (Concourse C)<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone Elevator Company<br />
Duty:<br />
3000 lb @ 150 fpm (passenger)<br />
Type of control/ supervisory: AC/ Montgomery Model 2100- Simplex<br />
Levels served: 1-2 (2)<br />
Type of doors/ operator:<br />
3’6” X 7’0”- Center Opening/ MAC<br />
Date of Last Pressure Test: 8/2010<br />
State ID Numbers: 34435 (16) & 34417 (18)<br />
************************************<br />
Elevator Number: E-17 (Concourse C)<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone Elevator Company<br />
Duty:<br />
3000 lb @ 150 fpm (passenger)<br />
Type of control/ supervisory: AC/ Montgomery Model 2100- Simplex<br />
Levels served: 1, 2, 3 (3)<br />
Type of doors/ operator:<br />
3’6” X 7’0”- Center opening/ MAC<br />
TS-22
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 34434<br />
************************************<br />
Elevator Number: E-19 (Concourse C)<br />
Manu<strong>fac</strong>turer:<br />
Schindler Elevator Company<br />
Duty:<br />
3500# Cap- 150fpm<br />
Type of control/ supervisory: Miconic HX<br />
Levels served: 1 & 2<br />
Type of doors/ operator:<br />
Single Speed Center Open- 42”-Schindler<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 44843<br />
************************************<br />
Elevator Number:<br />
E-20 & E-21 (Permanently Enclosed Access)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
4500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
W, T, B<br />
Type of doors/ operator:<br />
4’X 8’0”- Two-speed Side Slide/ MAC<br />
Date of Last Test: N. L. 7/2010 – F. L. 7/2010<br />
State ID Numbers: 41685 (20) & 41684 (21)<br />
************************************<br />
Elevator Number:<br />
E-22 & E-23 (Permanently Enclosed Access)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
4500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
W, T, B<br />
Type of doors/ operator:<br />
4’X 8’0”- Two-speed Side Slide/ MAC<br />
Date of Last Test: N. L. 7/2010 – F. L. 7/2010<br />
State ID Numbers: 41687 (22) & 41686 (23)<br />
************************************<br />
Elevator Number:<br />
E-24 & E-25 (East Core Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
3500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
W, R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
3’6”X 7’0”- Center Opening/ MAC<br />
Date of Last Test: N. L. 7/2010 – F. L. 7/2010<br />
State ID Numbers: 41680 (24) & 41679 (25)<br />
************************************<br />
Elevator Number:<br />
E-26 (East Cove Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone Elevator Company<br />
Duty:<br />
3500 lb @ 350 fpm (passenger)<br />
Type of control/ supervisory: AC Drive<br />
Levels served:<br />
W, R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
2 SP Side Slide MAC Operator<br />
Date of Last Pressure Test: N. L. 6/2010 – F. L. 6/2010<br />
State ID Number: 44290<br />
TS-23
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
************************************<br />
Elevator Number:<br />
E-27 & E-28 (East Core Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
3500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
W, R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
3’6”X 7’0”- Center Opening/ MAC<br />
Date of Last Test: N. L. 6/2010 – F. L. 6/2010<br />
State ID Numbers: 41682 (27) & 41681 (28)<br />
************************************<br />
Elevator Number:<br />
E-29 (East Core Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
3500 lb @ 350 fpm<br />
Type of control/ supervisory: AC Drive<br />
Levels served:<br />
W, R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
2 SP Side Slide MAC Operator<br />
Date of Last Pressure Test: N. L. 6/2010 – F. L. 6/2<strong>007</strong><br />
State ID Number: 44291<br />
************************************<br />
Elevator Number:<br />
E-30 & E-31 (West Core Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
3500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
3’6”X 7’0”- Center Opening/ MAC<br />
Date of Last Test: N. L. 6/2010 – F. L. 6/2010<br />
State ID Numbers: 41675 (30) & 41676 (31)<br />
************************************<br />
Elevator Number:<br />
E-33 & E-34 (West Core Garage)<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Duty:<br />
3500 lb @ 350 fpm<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
R1, R2, P3, P4, P5, P6<br />
Type of doors/ operator:<br />
3’6”X 7’0”- Center Opening/ MAC<br />
Date of Last Test: N. L. 6/2010 – F. L. 6/2010<br />
State ID Numbers: 41678 (33) & 41677 (34)<br />
************************************<br />
Elevator Number:<br />
E-36 (B Concourse) LULA<br />
Manu<strong>fac</strong>turer:<br />
Concord<br />
Duty:<br />
Passenger – 1400# Cap. – 30fpm<br />
Type of control/ supervisory: Series 8000<br />
Levels served:<br />
AOA-Ticketing<br />
Type of doors/ operator:<br />
2 SP Side Slide -36”-Concord<br />
Date of Last Pressure Test: 8/2010<br />
State ID Number: 45225<br />
************************************<br />
Elevator Number:<br />
E-37 (Old FAA Tower)<br />
TS-24
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Manu<strong>fac</strong>turer:<br />
OTIS<br />
Duty:<br />
Passenger – 2000# Cap. – 200fpm<br />
Type of control/ supervisory: Relay Logic-Otis<br />
Levels served:<br />
B-1-2-3-4-5-6-7-8<br />
Type of doors/ operator:<br />
Single Speed, Center Open -33” Otis<br />
Date of Last Pressure Test: 6/<strong>2011</strong><br />
State ID Number: 11849<br />
************************************<br />
************************************<br />
8.02 Escalators<br />
************************************<br />
Escalator Number: ES 1-12<br />
Location:<br />
Main Terminal (Parking/ access) N. & S. Towers<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone<br />
Escalator Width:<br />
48” (w/ opaque balustrade)<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 5/<strong>2011</strong> (1, 2, 3, 4) 4/<strong>2011</strong> (5, 6) 3/<strong>2011</strong> (7, 8)<br />
2/<strong>2011</strong> (9, 10, 11, 12)<br />
Semi Annual: 1/<strong>2011</strong> (1, 2, 4) 10/2010 (3,5,6) 7/<strong>2011</strong> (7, 8)<br />
6/<strong>2011</strong> (9,12,16)<br />
State ID Numbers: 31926 (1), 31927 (2), 31928 (3), 31931 (4), 31929 (5), 31930 (6),<br />
31920 (7), 31923 (8), 31924 (9), 31921 (10), 31922 (11),<br />
31925 (12)<br />
************************************<br />
Escalator Number:<br />
ES A<br />
Location:<br />
Concourse B (Main Terminal)<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone<br />
Escalator Width:<br />
48” (w/ opaque balustrade)<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Tests: Annual: 8/<strong>2011</strong> Semi Annual: 3/11<br />
State ID Number: 41696<br />
************************************<br />
Escalator Number:<br />
ES B, C, & D<br />
Location:<br />
Main Terminal Concourse B<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone<br />
Escalator Width:<br />
40” (w/ opaque balustrade)<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing:<br />
Annual: 1/<strong>2011</strong> (B & C) 3/<strong>2011</strong> (D)<br />
Semi Annual: 5/<strong>2011</strong> (C & D) 8/<strong>2011</strong> (B)<br />
State ID Number:<br />
40016 (B) & 40015 (C) & 40<strong>007</strong> (D)<br />
************************************<br />
Escalator Number:<br />
ES F<br />
Location:<br />
U S Air<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone<br />
Escalator Width:<br />
48” (w/ opaque balustrade)<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 10/2010 Semi Annual: 5/<strong>2011</strong><br />
TS-25
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
State ID Number: 30791<br />
************************************<br />
Escalator Number:<br />
ES G & H<br />
Location:<br />
Concourse C<br />
Manu<strong>fac</strong>turer:<br />
Montgomery/ Kone<br />
Escalator Width:<br />
48” (w/ opaque balustrade)<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Testing: Annual: 10/2010 Semi Annual: 4/<strong>2011</strong><br />
State ID Number:<br />
34432 (G) & 34433 (H)<br />
************************************<br />
Escalator Number:<br />
I<br />
Location:<br />
Garage/Baggage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 4/<strong>2011</strong> Semi Annual: 9/<strong>2011</strong><br />
State ID Number: 41697<br />
************************************<br />
Escalator Number:<br />
J<br />
Location:<br />
Garage/Baggage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 4/<strong>2011</strong> Semi Annual: 9/<strong>2011</strong><br />
State ID Number: 41698<br />
************************************<br />
Escalator Number:<br />
K<br />
Location:<br />
Garage/Baggage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 3/<strong>2011</strong> Semi Annual: 8/<strong>2011</strong><br />
State ID Number: 41699<br />
************************************<br />
Escalator Number:<br />
L<br />
Location:<br />
PEA, tunnel to ticketing<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Pressure Test: 1/2010<br />
State ID Number: 41700<br />
************************************<br />
Escalator Number:<br />
M<br />
Location:<br />
Ticketing<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
TS-26
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Date of Last Testing: Annual: 9/<strong>2011</strong> Semi Annual: 4/<strong>2011</strong><br />
State ID Number: 41701<br />
************************************<br />
Escalator Number:<br />
N<br />
Location:<br />
Garage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 5/<strong>2011</strong> Semi Annual: 2/<strong>2011</strong><br />
State ID Number: 41694<br />
************************************<br />
Escalator Number:<br />
P<br />
Location:<br />
Garage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: 6/<strong>2011</strong> Semi Annual: 2/<strong>2011</strong><br />
State ID Number: 41695<br />
************************************<br />
Escalator Number:<br />
Q<br />
Location:<br />
Garage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 6/<strong>2011</strong> Semi Annual: 2/<strong>2011</strong><br />
State ID Number: 41692<br />
************************************<br />
Escalator Number:<br />
R<br />
Location:<br />
Garage<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40”<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 6/<strong>2011</strong> Semi Annual: 2/<strong>2011</strong><br />
State ID Number: 41693<br />
************************************<br />
************************************<br />
8.03 Wheelchair Lifts<br />
************************************<br />
Unit number: Unnumbered (Admin. Office- Room 149)<br />
Manu<strong>fac</strong>turer:<br />
National Wheel O Vator<br />
Duty:<br />
750 lb.<br />
State ID Number: 34335<br />
************************************<br />
************************************<br />
8.04 Walkways<br />
************************************<br />
Walkway Number: W-1<br />
TS-27
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Location:<br />
Garage/Indoor<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40’<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 8/<strong>2011</strong> Semi Annual: 3/<strong>2011</strong><br />
State ID Number: 41690<br />
************************************<br />
Walkway Number: W-2<br />
Location:<br />
Garage/Outdoor<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40’<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 9/<strong>2011</strong> Semi Annual: 4/<strong>2011</strong><br />
State ID Number: 41691<br />
************************************<br />
Walkway Number: W-3<br />
Location:<br />
Garage/Indoor<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40’<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 7/2010 Semi Annual: 3/<strong>2011</strong><br />
State ID Number: 41688<br />
************************************<br />
Walkway Number: W-4<br />
Location:<br />
Garage/Outdoor<br />
Manu<strong>fac</strong>turer:<br />
Kone<br />
Escalator Width: 5 E 40’<br />
Escalator Rated Speed:<br />
90 fpm<br />
Date of Last Testing: Annual: 7/<strong>2011</strong> Semi Annual: 3/<strong>2011</strong><br />
State ID Number: 41689<br />
************************************<br />
************************************<br />
************************************<br />
* Denotes planned for replacement or modernization during 2012.<br />
8.05 Elevator, Escalator, Walkway and Wheel Chair Lift Replacement or Modernization<br />
During the term of this contract and any subsequent renewal, the Authority may replace and/or modernize<br />
the current <strong>elevator</strong>s, <strong>escalator</strong>s, walkways and wheel chair lift. If the <strong>elevator</strong>, <strong>escalator</strong>, or walkway is<br />
inoperable for more than one (1) month, the monthly maintenance fee for the given line item will be<br />
deducted from the monthly invoice.<br />
If an <strong>elevator</strong>s, <strong>escalator</strong>s, walkways or wheel chair lift is replaced or modernized during the contract, the<br />
monthly PM cost will be for the given line item will be adjusted to the respective cost delineated in the<br />
Response Price Form.<br />
TS-28
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
9.0 SECURITY REQUIREMENTS<br />
9.01 CRAA security requirements are included in this <strong>solicitation</strong> as Special Provisions pages SP-1 to SP-5. The<br />
Contractor and its employee must meet these requirements before an identification badge will be issued to<br />
access to the Air Operation Area (AOA), Restricted or Secured areas to perform services under this<br />
contract.<br />
10.0 Alternate Proposal for Rickenbacker International Airport (LCK), 2241 John Circle Drive, Columbus,<br />
Ohio 43217<br />
The following changes and modifications to Section 4.0 Service Detailed Requirements apply only to the<br />
LCK Facility.<br />
10.01 Services to be Performed by Contractor<br />
A<br />
Provide all personnel, supervision, material, tools and equipment necessary to provide full repair and<br />
maintenance services including inspection, adjustments, testing and replacement of parts, as herein<br />
specified, for the safe and smooth operation of <strong>elevator</strong>s and <strong>escalator</strong>s; to reduce wear and prolong<br />
the useful life of moving parts of <strong>elevator</strong>s and <strong>escalator</strong>s through proper lubrication and <strong>preventive</strong><br />
maintenance (PM) and repair services on a scheduled and as needed at LCK.<br />
B. PM will be conducted on a bi-monthly basis.<br />
B. “Repair” includes repairs caused by acts of vandalism, misuse, and any repair not specifically identified<br />
in Paragraphs C and D below as the responsibility of the Authority.<br />
C. The Authority shall be responsible for all fees to complete State inspections.<br />
D. The Authority shall be responsible for the costs associated with complying with new ordinance and<br />
code. The Contractor will bear all costs with maintaining compliance with codes once in existence.<br />
E. The Authority will perform the monthly firefighter’s service testing and maintain records of the tests.<br />
10.02 List of Elevators and Escalators<br />
This Alternative Proposal will include three (3) hydraulic <strong>elevator</strong>s (nos. 1-3); and two (2) <strong>escalator</strong>s (nos. 1-<br />
2) at LCK.<br />
************************************<br />
Elevator Number: LCK - 1<br />
Manu<strong>fac</strong>turer:<br />
Schindler<br />
Duty:<br />
2,500 lb @ fpm (passenger)<br />
Type of control/ supervisory: AC/ Miprom Duplex Microprocessor<br />
Levels served:<br />
Type of doors/ operator:<br />
Date of Last Testing: Semi Annual: 7/28/<strong>2011</strong><br />
State ID Number: 45522<br />
TS-29
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
************************************<br />
Elevator Number: LCK - 2<br />
Manu<strong>fac</strong>turer:<br />
Schindler<br />
Duty:<br />
2500 lb @ fpm (passenger)<br />
Type of control/ supervisory:<br />
Levels served:<br />
Type of doors/ operator:<br />
Date of Last Testing: 7/28/<strong>2011</strong><br />
State ID Number: 41683<br />
************************************<br />
Elevator Number: LCK - 3<br />
Manu<strong>fac</strong>turer:<br />
Schindler<br />
Duty:<br />
2,500 lb @ fpm (passenger)<br />
Type of control/ supervisory:<br />
Levels served:<br />
Type of doors/ operator:<br />
Date of Last Testing: 7/28/<strong>2011</strong><br />
State ID Number: 45524<br />
************************************<br />
Escalators<br />
************************************<br />
Escalator Number: LCK - 1<br />
Location:<br />
Rickenbacker International Airport<br />
Manu<strong>fac</strong>turer:<br />
Schindler<br />
Escalator Width:<br />
Escalator Rated Speed:<br />
Escalator Capacity:<br />
8,000 pounds<br />
Date of Last Testing: Semi Annual: 8/05/<strong>2011</strong><br />
State ID Numbers: 45314<br />
************************************<br />
Escalator Number: LCK - 2<br />
Location:<br />
Rickenbacker International Airport<br />
Manu<strong>fac</strong>turer:<br />
Schindler<br />
Escalator Width:<br />
Escalator Rated Speed:<br />
Escalator Capacity:<br />
8,000 pounds<br />
Date of Last Tests: Semi Annual: 8/05/<strong>2011</strong><br />
State ID Number: 45315<br />
10.04 Time of Performance<br />
The Contractor agrees that the scheduled inspections examinations and <strong>preventive</strong> maintenance shall be<br />
performed between 8:00 AM and 5:00 PM, Monday through Friday (except Holidays) unless the Authority agrees to<br />
other arrangements.<br />
10.05 Maintenance Response Time<br />
TS-30
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
A. Normal Working Hours -- The Contractor’s normal working hours shall be defined as Monday<br />
through Friday, excluding holidays, from 8:00 AM to 5:00 PM. The Contractor shall provide an<br />
immediate response upon notification from the Authority to schedule the maintenance or repair<br />
work.<br />
B. Night and Weekend Hours -- For service calls during times other than normal working hours (8:00<br />
AM to 5:00 PM), the Contractor shall provide a response within two (2) hours to schedule the<br />
maintenance or repair work.<br />
11.0 EVALUATION CRITERIA<br />
The CRAA Selection Team representatives shall review and rank all proposals received according to the<br />
weighted evaluation criteria in this section. If required to advance the decision-making process, the CRAA<br />
shall have the right to request demonstrations and presentations regarding the proposed service. The<br />
CRAA may request this information from all or just the highest ranked respondent(s).<br />
11.01 Quality and Feasibility of the Proposed Equipment and Services<br />
Does the proposed service satisfy the requirements and any other related needs as described herein?<br />
11.02 Experience and Past Performance<br />
Has the respondent successfully performed for previous clients?<br />
11.03 Capacity of the Respondent<br />
Are the required resources available to ensure a successful contract based on the current workload of the<br />
respondent, including but not limited to financial resources and company commitments?<br />
11.04 Ability of the Respondent<br />
11.05 Price<br />
Do the personnel performing the work have the necessary skills, knowledge, and experience to satisfy the<br />
requirements?<br />
The delivered price of the proposed service.<br />
TS-31
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Evaluator Score Sheet with Weights<br />
Criterion & Measures Weight Points Score<br />
11.01 Quality and feasibility of the proposed equipment<br />
and services. Does the proposed service satisfy the<br />
requirements and any other related needs as described<br />
herein?<br />
25% 2500 Section Score<br />
11.02 Experience and past performance. Has the<br />
respondent successfully performed for previous clients?<br />
15% 1500 Section Score<br />
11.03 Capacity of the respondent. Are the required<br />
resources available to ensure a successful contract based<br />
on the current workload of the respondent, including but<br />
not limited to financial resources and company<br />
commitments?<br />
15% 1500 Section Score<br />
11.04 Ability of the respondent. Do the personnel<br />
performing the work have the necessary skills, knowledge,<br />
and experience to satisfy the requirements?<br />
20% 2000 Section Score<br />
11.05 Price. The delivered price of the proposed service. 25% 2500 Section Score<br />
Total<br />
Score<br />
=<br />
12.0 PROPOSAL SUBMITTAL REQUIREMENTS<br />
A. Submission of Response and Copies. One marked original and four (4) copies of the response to this<br />
RFP shall be submitted prior to the due date and time.<br />
B. Response Instructions. RFP responses are to be organized and submitted in accordance with the<br />
instructions in this section. Responses should be organized into tabbed sections.<br />
TS-32
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
12.01 Transmittal Letter<br />
A Transmittal Letter on the respondent’s letterhead shall be submitted in this tabbed section and include<br />
but not limited to the following information.<br />
A. The names of individuals involved in the preparation of the response and their relationship to the<br />
company. In addition, the name, address, and telephone number of the individual to which inquiries<br />
relating to the response should be directed.<br />
B. A statement that the respondent’s response (including the resources represented therein) is valid for<br />
180 days.<br />
C. A statement affirming compliance with the Columbus Regional Airport Authority’s terms and conditions.<br />
D. A statement indicating that this entire Request for Proposal <strong>document</strong> is included in the respondent’s<br />
response by reference.<br />
E. A statement indicating the Respondent acknowledges it has visited and examined the premises and it<br />
is familiar with all existing conditions. The Contractor must acknowledge all such visits and<br />
examinations have been made before the delivery of its RFP Response for PM and Repair services,<br />
and no allowance shall be made on behalf of the Contractor by reason of any Contractor error or<br />
omission (The Authority will provide reasonable means of access to all equipment covered by this<br />
Contract. Contractor may be allowed to start and stop all equipment when prior arrangements are<br />
made with the Airport Authority Facility Maintenance Supervisor or his representative).<br />
F. Identify all material enclosures submitted in response to this RFP.<br />
G. The signature of a person authorized to legally bind the supplier to the extent of work and financial<br />
obligation included in the proposal.<br />
12.02 Quality and feasibility of the proposed services (Evaluation Criteria 11.01)<br />
Information submitted in the response for this tabbed section shall include:<br />
A. A narrative description of the Proposers understanding of the need; quality and feasibility; compliance<br />
with functional specifications provided to best suit the needs of the authority; and support services in<br />
the form of response time and resources proposed to meet the initial and on-going needs of an<br />
uninterrupted operation of proposed services for the Authority from award through delivery. Include the<br />
Respondent’s anticipated schedule from contract award through delivery and on-site testing and<br />
training if applicable.<br />
B. All Respondents, including present contractor shall submit a detailed Transition Plan with their<br />
Response. The Transition Plan should be designed to show the Authority that the Respondent will be<br />
able to establish complete and satis<strong>fac</strong>tory contract operation on the contract beginning date. The<br />
Respondent should show how they plan to make an orderly and efficient transition from the current<br />
contract to complete and satis<strong>fac</strong>tory delivery of all services required by the new contract. The<br />
transition plan should provide for an orderly and efficient start-up. The plan should include a detailed<br />
TS-33
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
timetable for readiness and transition. The timetable should convince the Authority that the new<br />
contract will be operational on the contract beginning date required. For evaluation purpose all<br />
Respondents, including present contractor should use a contract effective date of January 1, 2012 for<br />
the beginning of the readiness and transitional period.<br />
12.03 Experience and Past Performance (Evaluation Criteria 11.02)<br />
Information submitted in the response for this tabbed section shall include:<br />
A. The Respondent is required to submit with his response, proof <strong>document</strong>ing at least five (5) years<br />
continuous experience in providing the item or service, including project descriptions, and client<br />
contacts for five (5) previous projects/services that respondent has completed, including:<br />
Client name & e-mail Client address Project name<br />
Project description Client contact name Contact phone number<br />
12.04 Capacity of the Respondent (Evaluation Criteria 11.03)<br />
Information submitted in the response for this tabbed section shall include:<br />
A. Provide a description of the resources (except for human resources) that the Respondent will employ to<br />
perform the services.<br />
B. Provide a description of current workload and availability of resources to complete the work and<br />
support the proposed services.<br />
12.05 Ability of the Respondent (Evaluation Criteria 11.04)<br />
Information submitted in the response for this tabbed section shall include:<br />
A. A description of the expertise and experience provided by the Respondent and the proposed members<br />
of the service delivery team. List any relevant certifications held by any of the personnel expected to<br />
perform work for this service.<br />
12.06 Price (Evaluation Criteria 11.05)<br />
The delivered price of the proposed service and information submitted in the response for this tabbed<br />
section shall include:<br />
A. A completed Price Proposal Form (See Appendix A.)<br />
12.07 Alternative Price (LCK only)<br />
A. A completed Price Proposal Form (See Appendix A.)<br />
13.0 SELECTION AND NEGOTIATION<br />
TS-34
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
This section provides the respondent with an understanding of the typical CRAA selection process and anticipated<br />
schedule to complete the selection process. The CRAA, at its discretion, can modify the process as necessary to<br />
better fit the <strong>solicitation</strong> needs.<br />
13.01 Direct Selection<br />
The Authority may choose to begin negotiations with the highest ranked respondent without requesting<br />
presentations, or additional information to be evaluated.<br />
13.02 Short-list<br />
In the event of the need to compile a short-list, the Selection Committee will evaluate the responses and<br />
may choose to select a short list of highest ranked respondents within a competitive range.<br />
13.03 Additional Consideration<br />
The short-listed teams may be requested to provide additional information to be evaluated. The CRAA shall<br />
notify all respondents of their status on or off the short list. The CRAA reserves the right to update the<br />
short-list as necessary and update respondent notifications.<br />
13.04 Presentations/Interviews<br />
Each short-listed respondent may be given the opportunity to introduce team members highlight their<br />
qualifications and discuss their service approach to a selection committee. Following each presentation, the<br />
Committee may conduct a Q&A session, as necessary, with the team representatives. Guidelines and<br />
evaluation criteria for presentation/interviews will be provided in advance.<br />
13.05 Highest-Ranked Respondent<br />
The Selection Committee will rank the respondents based upon the results of the original response, and the<br />
subsequent information. Upon concurrence from CRAA management, the CRAA will issue a Notification of<br />
Intent to Negotiate with the highest-ranked respondent.<br />
13.06 Negotiations<br />
CRAA shall request a meeting to negotiate the final agreement; however, the time and effort for<br />
negotiations shall not be subject to reimbursable fees.<br />
If negotiations fail with the highest-ranked respondent, negotiations will commence with the second highestranked<br />
respondent (and so on) until a successful negotiation is achieved. Upon completion of contract<br />
negotiations with the recommended respondent, a final recommendation will be forwarded to CRAA<br />
management for approval.<br />
13.07 Final Award<br />
Upon CRAA approval of the selected respondent, the respondent shall execute the appropriate<br />
Professional Services Master Agreement, as attached to this RFP, and return four (4) original signed<br />
TS-35
14.0 NOTES<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA”<br />
ELEVATOR/ESCALATOR PREVENTIVE MAINTENANCE TECHNICAL SPECIFICATIONS<br />
Agreements for CRAA signature. One copy will be returned to the selected respondent upon full execution.<br />
It is currently anticipated that one respondent will be awarded the contract; however, in the event the CRAA<br />
considers it in its best interest to award more than one contract, the CRAA may award contract(s) in any<br />
manner it determines to be in its best interest. If after a contract is awarded and additional resources are<br />
deemed necessary from this <strong>solicitation</strong>, the CRAA reserves the right to award additional contract(s) as in<br />
its best interest.<br />
14.01 Should any misunderstanding arise as to the intent or meaning of the plans, specifications, special provisions<br />
or response, or any discrepancy appear, the decision of the President & CEO of the Authority shall be final and<br />
conclusive.<br />
14.02 Failure to provide any submission requirement or any other required data or drawings etc., may be cause for<br />
rejection of the proposal.<br />
END OF SPECIFICATIONS<br />
TS-36
RESPONSE PRICE FORM<br />
Proposal of_____________________________________________________________ (hereinafter called<br />
"RESPONDENT", organized and existing under the laws of the State of _______________, doing business as<br />
______________________________________________________________________.<br />
(Insert "A Corporation", "A Partnership" or "An Individual" as applicable.)<br />
To the Columbus Regional Airport Authority (hereinafter called "Authority") in compliance with your<br />
ADVERTISEMENT and INFORMATION TO RESPONDENTS, RESPONDENT hereby proposes to perform all<br />
WORK for: Elevator/ Escalator Preventive Maintenance and Repair Services<br />
By submission of this RESPONSE, the RESPONDENT certifies, and in the case of a joint RESPONSE, each party<br />
thereto certifies, as to his own organization, that this RESPONSE has been arrived at independently, without<br />
consultation, communication or agreement as to any matter relating to this RESPONSE with any other<br />
RESPONDENT or with any competitor.<br />
RESPONDENT understands that failure to provide service requirements as specified in the Contract Documents<br />
within the time provided, shall entitle the Authority to deduct from the monies due the Contractor as liquidated<br />
damages an amount equal to one hundred dollars ($100.00) for each hour, or portion thereof, that service is not<br />
provided in accordance with the Contract Documents.<br />
Contract shall be response in its entirety. Partial responses will not be accepted.<br />
Appendix A-1
CMH PRICE SHEET<br />
The Contractor shall provide <strong>preventive</strong> maintenance service, repair and replacement service, and unlimited twentyfour<br />
(24) hour emergency service on all items, and in accordance with the terms and conditions of the specifications<br />
and scope of work references at the following annual rates:<br />
MONTHLY COST PER ELEVATOR<br />
ELEVATORS STATE ID #<br />
AS-IS Modernized Replaced<br />
# 1 – 26225 HYDRAULIC $ $ $<br />
# 2 – 26226 HYDRAULIC $ $ $<br />
# 3 – 26228 HYDRAULIC $ $ $<br />
# 4 – 26227 HYDRAULIC $ $ $<br />
# 5 – 41683 HYDRAULIC $ $ $<br />
# 6 – 26587 HYDRAULIC $ $ $<br />
# 7 – 26586 HYDRAULIC $ $ $<br />
# 8 – 26238 HYDRAULIC $ $ $<br />
# 9 – 26246 HYDRAULIC * $ $ $<br />
# 10 – 26239 HYDRAULIC * $ $ $<br />
# 11 – 30749 HYDRAULIC $ $ $<br />
# 12 – 30750 HYDRAULIC $ $ $<br />
# 13 – 30857 HYDRAULIC * $ $ $<br />
# 14 – 34415 HYDRAULIC * $ $ $<br />
# 15 – 34416 HYDRAULIC $ $ $<br />
# 16 – 34435 HYDRAULIC $ $ $<br />
# 17 – 34434 HYDRAULIC $ $ $<br />
# 18 – 34417 HYDRAULIC $ $ $<br />
# 19 – 44843 HYDRAULIC $ $ $<br />
# 20 – 41685 TRACTION $ $ $<br />
# 21 – 41684 TRACTION $ $ $<br />
# 22 – 41687 TRACTION $ $ $<br />
# 23 – 41686 TRACTION $ $ $<br />
# 24 – 41680 TRACTION $ $ $<br />
# 25 – 41679 TRACTION $ $ $<br />
# 26 – 44290 TRACTION $ $ $<br />
# 27 – 41682 TRACTION $ $ $<br />
# 28 – 41681 TRACTION $ $ $<br />
# 29 – 44291 TRACTION $ $ $<br />
# 30 – 41675 TRACTION $ $ $<br />
# 31 – 41676 TRACTION $ $ $<br />
# 32 – VACANT SHAFT $ $ $<br />
# 33 – 41678 TRACTION $ $ $<br />
# 34 – 41677 TRACTION $ $ $<br />
# 35 – VACANT SHAFT $ $ $<br />
# 36 – LULA 45225 HYDRAULIC $ $ $<br />
# 37 -11849 HYDRAULIC (FORMER FAA TOWER) $ $ $<br />
TOTAL ELEVATOR PM COST PER MONTH $ $ $<br />
* Planned for modernization or replacement in 2012<br />
Appendix A-2
CMH PRICE SHEET<br />
MONTHLY COST PER ESCALATOR<br />
ESCALATORS STATE ID #<br />
AS-IS Modernized Replaced<br />
A – 41696 $ $ $<br />
B – 40016 $ $ $<br />
C – 40015 $ $ $<br />
D – 40<strong>007</strong> $ $ $<br />
F – 30791 $ $ $<br />
G – 34432 $ $ $<br />
H – 34433 $ $ $<br />
I – 41697 $ $ $<br />
J – 41698 $ $ $<br />
K – 41699 $ $ $<br />
L – 41700 $ $ $<br />
M – 41701 $ $ $<br />
N – 41694 $ $ $<br />
P – 41695 $ $ $<br />
Q – 41692 $ $ $<br />
R – 41693 $ $ $<br />
# 1 – 31926 $ $ $<br />
# 2 – 31927 $ $ $<br />
# 3 – 31928 $ $ $<br />
# 4 – 31931 $ $ $<br />
# 5 – 31929 $ $ $<br />
# 6 – 31930 $ $ $<br />
# 7 – 31920 $ $ $<br />
# 8 – 31923 $ $ $<br />
# 9 – 31924 $ $ $<br />
# 10 – 31921 $ $ $<br />
# 11 – 31922 $ $ $<br />
# 12 – 31925 $ $ $<br />
TOTAL ESCALATOR PM COST PER MONTH $ $ $<br />
WALKWAYS STATE ID # AS-IS Modernized Replaced<br />
W 1 – 41690 $ $ $<br />
W 2 – 41691 $ $ $<br />
W 3 – 41688 $ $ $<br />
W 4 – 41689 $ $ $<br />
TOTAL WALKWAY PM COST PER MONTH $ $ $<br />
WHEELCHAIR LIFT STATE ID # AS-IS Modernized Replaced<br />
ADMIN LOBBY – 34335 ELECTRIC $ $ $<br />
TOTAL WHEEL CHAIR LIFT PM COST PER MONTH $ $ $<br />
Appendix A-3
CMH PRICE SHEET<br />
Provide hourly rates for additional work not covered under normal service and <strong>preventive</strong> maintenance. This work<br />
may or may not be performed, and will be evaluated on a case-by case basis. Provide hourly rates for the<br />
following:<br />
Regular Time Rate for Mechanic<br />
Time and ½ Rate for Mechanic<br />
Double Time Rate for Mechanic<br />
$___________<br />
$___________<br />
$___________<br />
1.7 Time Rate for Mechanic $___________<br />
Regular Time Rate for Team<br />
Time and ½ Rate for Team<br />
Double Time Rate for Team<br />
$___________<br />
$___________<br />
$___________<br />
1.7 Time Rate for Team $___________<br />
Optional Price Proposal: The Respondent shall provide the cost for a semi-annual cleaning of the treads and risers<br />
of all <strong>escalator</strong>s covered under this contract.<br />
Total Cost per Cleaning All Escalators<br />
$___________<br />
Payment: Payment will be in twelve (12) equal monthly installments that are accepted by the Authority. Work<br />
outside of the Scope of Word will be paid within thirty (30) days after acceptance of the work and receipt of the<br />
invoice detailing the work performed.<br />
Prior to the contract award, any response item maybe deleted, and the contract price adjusted accordingly. No<br />
escalation in price of other items will be allowed for the deletion of any item.<br />
After the contract award, any response item may be deleted, and the contract price adjusted accordingly. Thirty (30)<br />
days notice will be given, and payment will be made for work that has been performed up to that date. No<br />
escalation in the price in the other items will be allowed for deletion of any item.<br />
Appendix A-4
ALTERNATIVE PRICE PROPOSAL (LCK):<br />
ELEVATORS STATE ID #<br />
LCK 1 – 45522 HYDRAULIC $<br />
LCK 2 – 41683 HYDRAULIC $<br />
LCK 3 – 45524 HYDRAULIC $<br />
BI-MONTHLY<br />
COST PER<br />
ELEVATOR<br />
BI-MONTHLY<br />
COST PER<br />
ESCALATORS STATE ID #<br />
ESCALATOR<br />
LCK 1 – 45314 $<br />
LCK 2 – 45315 $<br />
TOTAL BI-MONTHLY COST (LCK) $<br />
Provide hourly rates for additional work not covered under normal service and <strong>preventive</strong> maintenance. This work<br />
may or may not be performed, and will be evaluated on a case-by case basis. Provide hourly rates for the<br />
following:<br />
Regular Time Rate for Mechanic<br />
Time and ½ Rate for Mechanic<br />
Double Time Rate for Mechanic<br />
$___________<br />
$___________<br />
$___________<br />
1.7 Time Rate for Mechanic $___________<br />
Regular Time Rate for Team<br />
Time and ½ Rate for Team<br />
Double Time Rate for Team<br />
$___________<br />
$___________<br />
$___________<br />
1.7 Time Rate for Team $___________<br />
Payment: Payment will be in twelve (12) equal monthly installments that are accepted by the Authority. Work<br />
outside of the Scope of Word will be paid within thirty (30) days after acceptance of the work and receipt of the<br />
invoice detailing the work performed.<br />
Prior to the contract award, any response item maybe deleted, and the contract price adjusted accordingly. No<br />
escalation in price of other items will be allowed for the deletion of any item.<br />
After the contract award, any response item may be deleted, and the contract price adjusted accordingly. Thirty (30)<br />
days notice will be given, and payment will be made for work that has been performed up to that date. No<br />
escalation in the price in the other items will be allowed for deletion of any item.<br />
Appendix A-5
CONTRACT (DRAFT)<br />
BETWEEN<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
"AUTHORITY"<br />
AND<br />
____________________________________________________<br />
"CONTRACTOR"<br />
FOR<br />
ELEVATOR/ ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICE<br />
Version: 8-20-2009<br />
<strong>2011</strong>
CONTENTS<br />
Section 1. Services<br />
Section 2. Authority Provided Information<br />
Section 3. Compensation<br />
Section 4. Contract Documents<br />
Section 5. Additional Contractor Responsibilities<br />
Section 6. Costs for Re-bidding<br />
Section 7. Equipment and Supplies<br />
Section 8. Reimbursement for Expenses<br />
Section 9. Invoicing<br />
Section 10. Suspension<br />
Section 11. Termination for Convenience by Authority<br />
Section 12: Termination by the Authority for Cause<br />
Section 13. Termination by Contractor for Cause<br />
Section 14. Confidentiality<br />
Section 15. Security and Safety<br />
Section 16. Ownership of Work Product<br />
Section 17. Taxes<br />
Section 18. Time of Performance<br />
Section 19. Force Majeure<br />
Section 20. Equal Opportunity<br />
Section 21. Notices<br />
Section 22. Changes in Scope of Services<br />
Section 23. Indemnification<br />
Section 24. Conflict of Interest<br />
Section 25. Insurance<br />
Section 26. Dispute Resolution<br />
Section 27. Assignment<br />
Section 28. No Assurances<br />
Section 29. Captions<br />
Section 30. Incorporation of Regulations<br />
Section 31. Governing Law<br />
Section 32. Contractor Performance Evaluation<br />
Section 33. No Personal Liability<br />
Section 34. Waiver<br />
Section 35. Severability<br />
Section 36. Warrant of Authority<br />
Section 37. Entire Agreement<br />
Section 38. Accounting Records<br />
Section 39. CAD Standards<br />
Section 40. Sustainable Design and Stormwater Mgt<br />
Section 41. License<br />
SCHEDULE A<br />
SCHEDULE B: NOT APPLICABLE<br />
SCHEDULE C: NOT APPLICABLE<br />
SCHEDULE D: NOT APPLICABLE<br />
SCHEDULE E: Task Order Authorization<br />
SCHEDULE F: Delinq Pers Prop Tax Affidavit<br />
SCHEDULE G: Contract Affidavit<br />
SCHEDULE H: Insurance Minimum Coverage
THIS PROFESSIONAL SERVICES MASTER AGREEMENT, entered into this day of ___________, 20___, by and between<br />
("Contractor"), and Columbus Regional Airport Authority, ("Authority"), a port authority organized and existing<br />
under the laws of the State of Ohio.<br />
Section 1. Services (Master Agreement): The<br />
Authority has entered into this Agreement in reliance upon the<br />
Contractor’s representations and assurances with regard to the<br />
competency and experience of Contractor to provide the Scope<br />
of Services described in the Master Agreement Scope of<br />
Services, which is included herein as Attachment A to Schedule<br />
A and by this reference incorporated into and made a part of this<br />
Agreement (the “Scope of Services”). The intent of the<br />
Agreement is to provide for the Contractor’s completion in every<br />
detail of the Scope of Services as generally described in the<br />
Agreement. Contractor warrants that all services hereunder shall<br />
be performed consistent with the professional standards of skill,<br />
care and diligence exercised by entities licensed to provide and<br />
regularly providing comparable services and work on projects of<br />
similar size, complexity and cost and in compliance with<br />
applicable laws, rules, regulations and codes.<br />
The Contractor must perform and provide all of the services<br />
described in this Agreement, which shall be performed on a task<br />
order basis. “Task Order” shall mean a specific order for services<br />
by the Authority and agreed to be performed by Contractor<br />
pursuant to this Agreement. The parties shall establish the<br />
specific scopes of services, deliverables and prices on a not-toexceed<br />
basis for each Task Order. Each executed Task Order<br />
shall become a part of this Agreement and Contractor shall<br />
commence Task Order services only after execution by both<br />
parties of the Task Order form provided pursuant to Schedule E<br />
For each Task Order, the parties agree to use the rates<br />
established in Schedule A, including Attachment A, Master<br />
Agreement Scope of Work, attached thereto which by this<br />
reference are incorporated into and made a part of this<br />
Agreement.<br />
Contractor and Contractor's agents, employees and Sub-<br />
Contractors shall communicate with and coordinate its services<br />
with the Authority project manager(s) designated in Schedule A<br />
or any successor, but it is acknowledged that the Authority is not<br />
completely responsible for and does not have complete control or<br />
charge over the engagement and shall not be responsible for the<br />
Contractor’s failure to carry out the Scope of Services in<br />
accordance with the requirements of the Agreement. Contractor<br />
shall promptly advise Authority in writing of any event,<br />
happening, or circumstances known to Contractor which may<br />
delay the Schedule of work, or increase the Contractor’s cost as<br />
outlined and approved in any Task Orders issued under the<br />
Master Agreement or which otherwise may be incompatible with<br />
the interests of Authority.<br />
It is agreed that all Contractor's employees are employees of<br />
Contractor and not of Authority and Authority has no contractual<br />
relationship with Contractor’s Sub-Contractors. For purposes of<br />
this Agreement “Sub-Contractor” shall mean a person or entity<br />
that has a contract with the Contractor to perform or provide a<br />
portion of the Scope of Services and its authorized<br />
representatives, successors, and assigns. Authority shall have<br />
the right to request that the Contractor reassign any of<br />
Contractor's employees, including Sub-Contractor employees,<br />
assigned to Authority's project. Authority shall have the right to<br />
inspect the provision of services at any time without notice.<br />
Section 2. Authority Provided Information: If<br />
applicable, within a reasonable time after receipt of a written<br />
request from the Contractor, the Authority shall furnish to the<br />
Contractor information or services under the Authority’s control<br />
that are reasonably needed for the Contractor’s performance of<br />
the Agreement. Where information is made available, Contractor<br />
shall promptly review requested information. The Contractor<br />
must immediately notify the Owner in writing if the Contractor<br />
becomes aware of any errors, omissions, or inconsistencies in<br />
any Authority-furnished services or information or in any services<br />
or information furnished by or at the direction of the Contractor. If<br />
the Contractor becomes aware of any errors, omissions, or<br />
inconsistencies in any <strong>document</strong>s or information for which the<br />
Contractor is responsible, it must immediately make all<br />
necessary changes or corrections without additional cost to the<br />
Authority.<br />
Section 3. Compensation: In consideration of the<br />
services to be provided by the Contractor, the Authority shall pay<br />
Contractor on the basis of the fully executed task order, and in<br />
the amounts calculated on rates set forth in Schedule A.<br />
Section 4. Contract Documents: Collectively, the<br />
“Contract Documents” consist of this Agreement, other<br />
<strong>document</strong>s listed in this Agreement, and amendments to this<br />
Agreement. The Contract Documents form the entire agreement.<br />
Notwithstanding the foregoing, the Contract Documents do not<br />
include other <strong>document</strong>s such as any proposal requirements, the<br />
Contractor’s proposal, Sub-Contractor bids/proposals or<br />
agreements. This Agreement consists of the following:<br />
a. Schedule A<br />
b. Fully Executed Task Orders<br />
Section 5. Additional Contractor Responsibilities:<br />
The Contractor acknowledges and agrees that the Authority<br />
entered into this Agreement with Contractor based in large part<br />
on the qualifications and experience of the Key Personnel<br />
identified on Schedule A, as well as Contractors commitment that<br />
the Key Personnel undertake and perform the Scope of Services.<br />
The Contractor represents, warrants and covenants that such<br />
Key Personnel will perform the portions of the Scope of Services<br />
identified for their performance in the Agreement. Upon<br />
Authority’s request, the Contractor shall provide <strong>document</strong>ation<br />
of the time spent by each Key Personnel performing the Scope of<br />
Services to the Authority’s satis<strong>fac</strong>tion.<br />
If the Contractor proposes to remove or replace Key Personnel<br />
C-1
and/or Sub-Contractors, whether at the request of the Authority<br />
or due to suspension or termination of a Key Personnel’s<br />
employment with Contractor or a Sub-Contractor, the Contractor<br />
shall promptly propose to the Authority a replacement for such<br />
Key Personnel for Authority’s consideration. Any requested<br />
substitute Key Personnel shall in all events be sufficient in<br />
qualifications and experience for satis<strong>fac</strong>tory performance of<br />
portion of the Scope of Services to be performed by the replaced<br />
Key Personnel. The Authority reserves the right to reject a<br />
proposed replacement of Key Personnel if the Authority<br />
determines the proposed substitute lacks the necessary<br />
experience, qualifications or availability to complete the Key<br />
Personnel’s portion of the Scope of Services, in which case the<br />
Contractor shall propose a new substitute. The Authority shall<br />
provide written consent once a substitute Key Personnel is<br />
determined by the Authority to be satis<strong>fac</strong>tory.<br />
Contractor is solely responsible for the acts and omissions of its<br />
agents, employees, Sub-Contractors and any other persons and<br />
organizations performing or furnishing any of the work performed<br />
pursuant to this Agreement. By written agreement the Contractor<br />
shall require that each Sub-Contractor, to the extent of the<br />
services to be performed by the Sub-Contractor, to be bound to<br />
the Contractor by the terms of this Agreement, and to assume<br />
toward the Contractor all of the obligations and responsibilities<br />
which the Contractor, by this Agreement, assumes toward the<br />
Authority. Nothing in this Agreement shall create a contractual<br />
relationship between any such Sub-Contractors and the<br />
Authority, nor shall it create any obligation on the part of the<br />
Authority to pay or to see the payment of any moneys due to any<br />
such Sub-Contractors except as may otherwise may be required<br />
by law or requested directly by the Authority.<br />
Section 6.<br />
Costs for Re-bidding: NOT APPLICABLE<br />
Section 7. Equipment and Supplies: With the<br />
exception of those items set forth in Schedule A, Contractor shall<br />
supply the necessary equipment, tools, supplies and other items<br />
("equipment and supplies") necessary to perform the services. If<br />
Authority provides equipment and supplies, Contractor shall be<br />
responsible for the maintenance and security of such equipment<br />
and supplies and shall be responsible for any loss or damage<br />
caused by the negligence or misuse by Contractor or<br />
Contractor's employees. Contractor shall return all equipment<br />
and supplies supplied by Authority within twenty-four (24) hours<br />
after completion of its use. Contractor shall at all times store and<br />
maintain supplies in good operating condition, normal wear and<br />
tear excepted. The Authority shall have the right to inspect the<br />
supplies at any time without notice. Contractor shall return all<br />
unused supplies furnished by Authority at the termination of the<br />
Agreement.<br />
Section 8. Reimbursement for Expenses: NOT<br />
APPLICABLE<br />
Section 9. Invoicing: Authority shall pay all amounts<br />
due and payable within 30 days after Authority’s receipt and<br />
approval of invoices in accordance with Schedule A. In addition<br />
to submitting completed Schedule A with each invoice,<br />
Contractor shall provide a progress report. The progress report<br />
shall, at a minimum, state what work was performed for the<br />
period of time being invoiced, state the expected work to be<br />
performed during the next invoice period, provide an updated<br />
schedule listing the dates for all task order deliverables, and<br />
identify any risks (financial, schedule, project management or<br />
otherwise). Payment of the invoice may be withheld by the<br />
Authority until the progress report is received. Contractors shall<br />
not submit more than one invoice on a single project per<br />
deliverable or per month (as appropriate) without the prior written<br />
approval of the Authority. Contractor agrees that Authority may<br />
examine Contractor's records to the extent necessary to verify<br />
invoices.<br />
Section 10. Suspension: Upon written notice to the<br />
Contractor, Authority may, without cause and without prejudice to<br />
any other right or remedy it may have, order the Contractor to<br />
suspend, delay or interrupt its performance of any or all Task<br />
Orders, in whole or in part, for such period of time as the<br />
Authority may determine. In such case, the Contractor may be<br />
allowed an extension to the task order schedule(s) directly<br />
attributable to any suspension for the convenience of the<br />
Authority. Immediately upon notice, Contractor shall cease all<br />
performance of any work under this Agreement. Contractor shall<br />
be entitled to no additional compensation during such suspension<br />
but shall be compensated for authorized service performed prior<br />
and up to the time of suspension.<br />
Section 11. Termination for Convenience by<br />
Authority: Upon written notice to the Contractor, the Authority<br />
may, without cause and without prejudice to any other right or<br />
remedy it may have, elect to terminate all or part of the<br />
Agreement, including individual task orders. In such case, the<br />
Authority will pay the Contractor for all services that the<br />
Contractor satis<strong>fac</strong>torily performed prior to the date of<br />
termination, based upon the percentage of work then completed<br />
and supporting <strong>document</strong>ation satis<strong>fac</strong>tory to the Authority<br />
demonstrating expenses actually incurred and services actually<br />
performed. Notwithstanding the foregoing, if the Authority<br />
terminates this Agreement as a termination for convenience, but<br />
there exists an event of the Contractor’s default, the Contractor<br />
will be entitled to receive only such sums as it would be entitled<br />
to receive following the occurrence of an event of default as<br />
provided in Section 12.<br />
Section 12: Termination by the Authority for Cause:<br />
The Authority may, after giving the Contractor 10 days’ written<br />
notice, except in the event of an emergency as determined by the<br />
Authority in which case the Authority need not give any advance<br />
notice, terminate this Agreement for default upon the occurrence<br />
of any of the following events as determined by the Authority:<br />
a. If the Contractor fails to perform the services in<br />
accordance with the Agreement including, but not limited to,<br />
failure to supply sufficient qualified staff or failure to prosecute<br />
the services promptly and diligently;<br />
b. If the Contractor makes a general assignment for the<br />
C-2
enefit of creditors;<br />
c. If the Contractor violates in any material way any<br />
provisions of the Contract Documents;<br />
d. If the Contractor admits in writing an inability to pay its<br />
debts generally as they become due;<br />
e. If a trustee, receiver, custodian, or agent of the<br />
Contractor is appointed under applicable law or under contract<br />
whose appointment of authority to take charge of property of the<br />
Contractor is for the purpose of enforcing a lien against such<br />
property or for the purpose of general administration of such<br />
property for the benefit of the Contractor’s creditors;<br />
f. If the Contractor commences a voluntary action under<br />
any chapter of the United States Bankruptcy Code as now or<br />
hereafter in effect or if Contractor takes any equivalent or similar<br />
action by filing a petition or otherwise under any other federal or<br />
state law in effect at such time relating to bankruptcy or<br />
insolvency;<br />
g. If a petition is filed against the Contractor under any<br />
chapter of the United States Bankruptcy Code as now or<br />
hereafter in effect at the time of filing or a petition is filed seeking<br />
any such equivalent or similar relief against the Contractor under<br />
any other federal or state law in effect at such time relating to<br />
bankruptcy or insolvency.<br />
In the event of a termination, the Authority shall have no further<br />
liability to Contractor. All notices under this Section 11 shall be<br />
given in accordance with Section 21 hereof.<br />
In the event of such termination for cause pursuant to this<br />
Section 12 or for convenience pursuant to Section 11, Contractor<br />
shall promptly surrender to the Authority all completed work and<br />
work in progress, and all materials, records and notes procured<br />
or produced pursuant to this Agreement, including Task Orders<br />
issued pursuant to this Agreement.<br />
Section 13. Termination by Contractor for Cause: If,<br />
through no act or fault of the Contractor, (1) all of Contractor’s<br />
services are suspended for a period of more than 90 consecutive<br />
days by the Authority, or (2) the Authority fails to act on any<br />
request for payment within 45 days after it is submitted; or (3) the<br />
Authority fails to pay the Contractor any sum within 60 days of<br />
the date the sum is finally determined to be due, the Contractor<br />
may, upon 10-days’ written notice to the Authority, terminate this<br />
Agreement and recover from the Authority payment for all<br />
services performed by the Contractor to the date of termination.<br />
The provisions of this paragraph do not relieve the Contractor of<br />
its obligations to perform the services in accordance with the<br />
Agreement and without delay during disputes with the Authority.<br />
Section 14. Confidentiality: Except with Authority's prior<br />
written approval, during and after the term of this Agreement,<br />
Contractor and Contractor's employees shall not disclose in any<br />
manner to any person other than Authority and its designated<br />
representatives, or as required by law, any information obtained<br />
during the term of this Agreement concerning matters herein or<br />
the business of Authority. This provision shall survive for 15<br />
years from the termination of this Agreement. Notwithstanding<br />
the foregoing, confidential Information shall not include any<br />
information that is in the public domain or becomes publicly<br />
known through no fault of Contractor, or is otherwise properly<br />
received from a third party without an obligation of confidentiality.<br />
Section 15. Security and Safety: Contractor and all<br />
Contractors’ employees shall comply with Authority rules and<br />
regulations governing the security, maintenance and safety of<br />
Authority <strong>fac</strong>ilities. Failure of Contractor's employees to abide by<br />
the rules and regulations of Authority may result in immediate<br />
termination of this Agreement.<br />
Section 16. Ownership of Work Product: Contractor<br />
expressly acknowledges that all rights, title and interest to all<br />
work or work product including, but not limited to, all designs,<br />
concepts, know how, techniques, inventions, discoveries,<br />
improvements, trademarks, designs, artwork, and copyrightable<br />
subject matter developed or produced under this Agreement are<br />
the sole property of Authority and are subject to the restrictions<br />
provided in Section 14 hereof. Any authorized representative of<br />
the Authority shall at all reasonable times have the right to<br />
inspect and examine such <strong>document</strong>s or copies thereof when the<br />
same are in the possession of or at the office of the Contractor<br />
for working use. Immediately upon completion of the work, all<br />
such original <strong>document</strong>s shall be delivered to the Authority. The<br />
Contractor may retain copies, including reproducible copies of<br />
<strong>document</strong>s, including in electronic form, prepared by Contractors<br />
and its Sub-Contractors pursuant to providing the services under<br />
this Agreement. Any unauthorized use of the work or work<br />
product will be at the sole risk of the entity making the<br />
unauthorized use.<br />
Section 17 Taxes: Contractor agrees to pay and be<br />
responsible for all Federal, state and local income and payroll<br />
taxes and will file all required returns related to such taxes,<br />
contributions and payroll deductions.<br />
Section 18. Time of Performance: The times of<br />
performance for the services under this Agreement shall be<br />
specified in Schedule A. and in each respective task order.<br />
Contractor recognizes that the time of performance is a critical<br />
term and that "time is of the essence" under this Agreement.<br />
Failure to timely meet the required performance schedule may<br />
result in immediate termination of this Agreement by Authority.<br />
Section 19. Force Majeure: If by reason of acts of God,<br />
winds, fires, epidemics, landslides, floods, droughts, famines,<br />
governmental authority, insurrection, military action, sabotage,<br />
civil disturbances, acts of terrorism, explosions or failure of<br />
utilities, either party is unable to carry out its obligations herein<br />
contained, neither party shall be in default during the continuance<br />
of such inability, notwithstanding the provisions of Section 18.<br />
Each party shall, however, remedy with all reasonable dispatch<br />
the cause or causes preventing it from carrying out its obligations<br />
hereunder.<br />
The party claiming to be affected by an event of Force Majeure<br />
shall notify the other party in writing of the occurrence of such<br />
event as soon as possible, and shall, within 15 days after the<br />
C-3
occurrence of such event, provide the other party with<br />
appropriate evidence in support of the occurrence of the event of<br />
Force Majeure and the period of its occurrence. If an event of<br />
Force Majeure occurs, both Parties shall immediately consult<br />
with each other regarding the performance of this Agreement,<br />
and shall immediately resume their respective obligations under<br />
this Agreement upon the termination or elimination of the event of<br />
Force Majeure.<br />
Section 20.<br />
Equal Opportunity/Civil Rights:<br />
Requirements of 49 CFR Part 26<br />
It is the policy of the United States Department of Transportation<br />
("DOT") that disadvantaged business enterprises as defined in<br />
49 CFR Part 26 ("DBE's") shall have the maximum opportunity to<br />
participate in the performance of contracts financed in whole or in<br />
part with Federal funds under this Agreement. Consequently, the<br />
DBE requirements of 49 CFR Part 26 apply to this Agreement.<br />
Consultant agrees to ensure that DBE's have the maximum<br />
opportunity to participate in the performance of contracts and<br />
subcontracts financed in whole or in part with Federal funds<br />
provided under this Agreement. In this regard, Consultant shall<br />
take all necessary and reasonable steps in accordance with 49<br />
CFR Part 26 to ensure that DBE's have the maximum opportunity<br />
to compete for and perform contracts.<br />
The Consultant, sub-recipient or Sub-Consultant shall not<br />
discriminate on the basis of race, color, national origin, or sex in<br />
the performance of this Agreement. The Consultant shall carry<br />
out applicable requirements of 49 CFR Part 26 in the award and<br />
administration of DOT-assisted contracts. Failure by the<br />
Consultant to carry out these requirements is a material breach<br />
of this Agreement, which may result in the termination of this<br />
Agreement or such other remedy as the Authority deems<br />
appropriate.<br />
Consultant further agrees that each subcontract it signs with a<br />
Sub-Consultant will include the following language as required by<br />
49 CFR Part 26.13:<br />
“The Consultant, sub-recipient or Sub-Consultant shall not<br />
discriminate on the basis of race, color, national origin, or sex in<br />
the performance of this Agreement. The Sub-Consultant shall<br />
carry out applicable requirements of 49 CFR Part 26 in the award<br />
and administration of DOT-assisted contracts. Failure by the<br />
Sub-Consultant to carry out these requirements is a material<br />
breach of this Agreement, which may result in the termination of<br />
this Agreement or such other remedy as the Columbus Regional<br />
Airport Authority deems appropriate.”<br />
Requirements of 49 CFR Part 21, 49 USC §47132, and Chapter<br />
4117 O.R.C.<br />
Consultant understands that the Authority in the operation and<br />
use of Airport <strong>fac</strong>ilities, is committed to an affirmative action<br />
program and will not, on the grounds of race, color, creed,<br />
religion, sex, military status, disability, age, ancestry, or national<br />
origin, discriminate or permit discrimination against any person or<br />
group of persons in the manner prohibited by 49 USC §47123<br />
Part 21 of the U.S. Department of Transportation Regulations (49<br />
CFR Part 21) or Ohio Revised Code Chapter 4117. Consultant<br />
hereby agrees that the premises of its employment office shall be<br />
posted to such effect as required by such regulation. Consultant<br />
represents and warrants that it has an Affirmative Action Plan to<br />
the extent required to comply with the Federal rules and<br />
regulations of the Equal Employment Opportunity Commission,<br />
the Ohio Civil Rights Commission and the Office of Federal<br />
Contract Compliance.<br />
(a) The Consultant shall not discriminate against any<br />
employee or applicant for employment because of race, color,<br />
creed, religion, sex, military status, disability, age, ancestry or<br />
national origin. The Consultant will take affirmative action to<br />
ensure that applicants are employed, and that employees are<br />
treated during employment without regard to their race, color,<br />
creed, religion, sex, military status, disability, age, , ancestry or<br />
national origin. Such action shall include, but not be limited to,<br />
the following: employment, upgrading, demotion or termination;<br />
rates of pay or other forms of compensation; and selection for<br />
training. The Consultant agrees to post in conspicuous places,<br />
available to employees and applicants for employment, notices<br />
summarizing the provisions of this Equal Opportunity Clause.<br />
(b) The Consultant will, in all <strong>solicitation</strong>s or<br />
advertisements for employees placed by or on behalf of the<br />
Consultant, state that the Consultant is an Equal Opportunity<br />
Employer.<br />
(c) It is the policy of the Authority that business concerns<br />
owned and operated by minority and female persons shall have<br />
the maximum practicable opportunity to participate in the<br />
performance of contracts awarded by the Authority.<br />
(d) The Consultant shall permit access to any relevant and<br />
pertinent reports and <strong>document</strong>s by the Authority for the purpose<br />
of verifying compliance with this Article. All such materials<br />
provided to the Authority by the Consultant shall be considered<br />
confidential.<br />
(e) The Consultant and each Sub-Consultant will include a<br />
summary of this Equal Opportunity Clause in every subcontract.<br />
The Consultant will take such action with respect to any<br />
subcontract as is necessary as a means of enforcing the<br />
provisions of the Equal Opportunity Clause.<br />
(f) Failure or refusal of the Consultant or a Sub-Consultant<br />
to comply with these Equal Opportunity Provisions may result in<br />
cancellation of this Agreement or any other action prescribed or<br />
allowable under law.<br />
Section 21. Notices: All notices under this Agreement<br />
shall be given in writing and delivered by hand or by mail,<br />
postage prepaid, effective upon receipt at the address<br />
designated in Schedule A for Contractor and if for Authority to:<br />
C-4
President & CEO<br />
Columbus Regional Airport Authority<br />
Port Columbus International Airport<br />
4600 International Gateway<br />
Columbus, Ohio 43219<br />
With copy to Legal Services<br />
Any party to this Agreement may, by notice given in accordance<br />
with this Section 21, designate a new address or notices,<br />
requests, and demands to such party. Other communications<br />
shall be between the Authority designee as specified on<br />
Schedule A.<br />
Section 22. Changes in Scope of Services: The<br />
Authority may, from time to time, by written order of its Project<br />
Manager, make changes within the general scope of this<br />
Agreement, in the work and services to be performed by<br />
Contractor or in the timing or location of such work and services.<br />
If any change causes an increase in the scope of work, additional<br />
cost to Contractor, or time required for the performance of any<br />
part of the services under this Agreement, an equitable<br />
adjustment shall be made to the time of performance of and the<br />
fee payable under this Agreement as may be negotiated with the<br />
Authority. Such change shall be made only upon an executed<br />
amendment to this Agreement . Prior to commencing work on<br />
any services, which the Contractor considers may constitute<br />
additional work the Contractor shall notify the Authority in writing<br />
and shall submit written cost estimates for the tasks to be<br />
completed to the Authority. No increase in fee or extension of<br />
time for performance shall be effective until the price to be paid<br />
for the additional services pursuant to the amendment to this<br />
Agreement is executed by the parties. Failure to notify the<br />
Authority of additional work prior to commencing that work may<br />
result in non-payment for that additional work.<br />
If any change results in a decrease in the Scope of Work,<br />
Authority shall pay Contractor for any services performed and<br />
costs incurred prior to receipt of such change order. Contractor<br />
shall not be entitled to any lost profits as a result of such<br />
decrease.<br />
Section 23. Indemnification: To the fullest extent<br />
permitted by law, Contractor shall indemnify, defend, and hold<br />
harmless the Authority, and its directors, officers, employees,<br />
agents, contractors, subcontractors, lessees, and sublessees<br />
from and against all liabilities, claims, costs, suits, demands,<br />
actions, damages, judgments, fines, losses, and expenses<br />
including, but not limited to, fees of attorneys or other<br />
professional Contractors of the Authority’s own choosing, arising<br />
out of or resulting from the performance of the Agreement by the<br />
Contractor, provided that such liabilities, claims, costs, suits,<br />
demands, actions, damages, judgments, fines, losses, and<br />
expenses are attributable to bodily injury, sickness, disease, or<br />
death, or to injury to or destruction of tangible property, but only<br />
to the extent caused by the negligent acts or omissions of the<br />
Contractor, anyone directly or indirectly employed by it or anyone<br />
for whose acts it may be liable, regardless of whether or not such<br />
liabilities, claims, costs, suits, demands, actions, damages,<br />
judgments, fines, losses, and expenses are caused in whole or in<br />
part by a party indemnified hereunder. Such obligation shall not<br />
be construed to negate, abridge, or reduce other rights or<br />
obligations of indemnity which would otherwise exist as to a party<br />
or person described in this Section 23. The Contractor shall<br />
promptly reimburse the Authority, and its successors and<br />
assigns, for any cost, expense, or fees of attorneys or other<br />
professional Contractors of the Authority’s own choosing incurred<br />
on account of any such liabilities, claims, costs, suits, demands,<br />
actions, damages, judgments, fines, losses, and expenses, or<br />
incurred in enforcing the terms of the Agreement. The Contractor<br />
shall cause this indemnification provision to be included in every<br />
Subcontract that it enters into in furtherance of the Work.<br />
The indemnification obligations under this Section 23 are not<br />
limited by a limitation on amount or type of damages,<br />
compensation, or benefits payable by or for the Contractor under<br />
workers’ compensation acts, disability benefit acts, other<br />
employee benefit acts, or under any insurance coverage required<br />
or provided in connection with the Project. The indemnification<br />
obligations contained herein shall apply only to the extent caused<br />
by the negligent acts or omissions of the Contractor, anyone<br />
directly or indirectly employed by it or anyone for whose acts it<br />
may be liable, regardless of whether or not such loss, claim,<br />
cause of action, damage or liability is caused in whole or in part<br />
by a party indemnified hereunder.<br />
Section 24. Conflict of Interest: No elected official or<br />
employee of Authority shall participate in any decision relating to<br />
this Agreement, which affects his or her personal or financial<br />
interest. Neither Contractor, its agents nor any other person on<br />
behalf of Contractor has paid or agreed to pay directly or<br />
indirectly, any person, firm or corporation any money, reward, or<br />
valuable consideration for assistance in procuring this<br />
Agreement. Except with the Authority's actual knowledge and<br />
prior written consent, the Contractor must not engage in any<br />
activity, or accept any employment, interest, or contribution that<br />
would reasonably appear to compromise the Contractor's<br />
professional judgment with respect to the Scope of Services.<br />
Section 25. Insurance: During the term of this<br />
Agreement Contractor, and its Subcontractors, shall keep its<br />
operations, <strong>fac</strong>ilities and equipment installed by it, or for which it<br />
is otherwise legally responsible, fully insured to cover any and all<br />
damages or loss which may result from any and all risks or<br />
hazards. Failure to obtain such insurance shall not operate to<br />
waive Contractor's liability hereunder.<br />
Refer to Schedule H for minimum insurance requirements.<br />
By requiring insurance, the Authority does not represent that<br />
coverage and limits will necessarily be adequate to protect<br />
Contractor and such coverage and limits shall not be deemed as<br />
a limitation on Contractor’s liability under the indemnities granted<br />
to Authority in this Agreement.<br />
C-5
Failure of the Authority to demand such certificate or of the<br />
Authority to identify a deficiency from evidence that is provided<br />
shall not be construed as a waiver of Contractor’s obligation to<br />
maintain such insurance.<br />
The Contractor must pay all deductibles, or self-insured<br />
retentions, or both, contained in the Contractor’s policies of<br />
insurance required or provided in connection with the Project. All<br />
proof of insurance submitted to the Authority shall clearly set<br />
forth all exclusions and deductible clauses. The Contractor shall<br />
be responsible for the deductible limit of the policy and all<br />
exclusions consistent with the risks he assumes under this<br />
Agreement and as imposed by law. The Authority reserves the<br />
right to review any of the Contractor’s financials to verify that the<br />
Contractor is able to pay any deductibles.<br />
The Contractor must place the insurance with companies that :<br />
(1) are satis<strong>fac</strong>tory to the Authority; (2) hold an A.M. Best Rating<br />
of A-, VII, or higher; and, (3) are authorized to conduct business<br />
in the State of Ohio. If the insurance company’s rating is reduced<br />
below an A.M. Best rating of A-, the Contractor shall immediately<br />
notify the Authority and, if required, obtain coverage from an<br />
alternate source with an acceptable rating.<br />
The Comprehensive General Liability (CGL) insurance must be<br />
written on ISO occurrence form CG 00 01 10 01 or a substitute<br />
form providing at least equivalent coverage for liability arising<br />
from premises, operations, independent contractors,<br />
products/completed operations, personal and advertising injury,<br />
and liability assumed under an insured contract (including the tort<br />
liability of another assumed in a business contract.)<br />
The Professional Liability (E&O) insurance, including limited<br />
contractual liability coverage, covering liability arising out of any<br />
negligent act, error, mistake or omission in the performance of<br />
Contractor’s services under this Agreement. This coverage shall<br />
be maintained for a minimum of three (3) years following<br />
completion of this Agreement. This coverage may be written on<br />
a “claims made” basis.<br />
If E&O coverage is written on a “claims made” basis, the<br />
Certificate of Insurance shall clearly state that <strong>fac</strong>t. In addition to<br />
all other coverage requirements, the policy shall provide that: (1)<br />
the policy must be in effect as of the date of this Agreement and<br />
the retroactive date shall be no later than the date of this<br />
Agreement; (2) if any policy is not renewed or the retroactive date<br />
of such policy is to be changed, the Contractor shall obtain or<br />
cause to be obtained the broadest extended reporting period<br />
coverage available in the commercial insurance market. The<br />
extended reporting provision shall be of at least three (3) years;<br />
(3) no prior acts exclusion to which coverage is subject that<br />
predated the date of this Agreement; (4) policy allows for<br />
reporting of circumstances or incidents that might give rise to<br />
future claims.<br />
Columbus Regional Airport Authority shall be included as an<br />
additional insured with respect to liability coverage, except for<br />
professional liability (errors and omissions) and workers’<br />
compensation, under the CGL, using ISO additional insured<br />
endorsements CG 20 10 11 85, or CG 20 10 10 01 and CG 20<br />
37 10 01, or their equivalent. The endorsement shall include<br />
coverage for the Authority with respect to liability arising out of<br />
the completed operations of Contractor and its Subcontractors,<br />
and shall provide that it is not cancelable against Authority<br />
because of any act or neglect of Contractor, and shall further<br />
provide that Authority shall be given at least thirty (30) days<br />
advance written notice by the policy's Insurance Carrier of a<br />
contemplated material change in such policy, cancellation, or<br />
non-renewal thereof. Additional insured coverage as required in<br />
this subparagraph shall apply as primary and non-contributory<br />
insurance with respect to any other insurance or self-insurance<br />
programs which cover the Authority.<br />
Each such insurance policy shall include a waiver of the<br />
Insurance Contractor's right of subrogation against Authority<br />
which may arise by reason of any payment under the policy. This<br />
statement shall also appear on the insurance certificate.<br />
Contractor shall solely bear the burden of acquiring such<br />
insurance and of maintaining such insurance in full effect during<br />
the term of this Agreement. Prior to the execution of this<br />
Agreement, Contractor shall furnish to Authority written evidence<br />
from the insurer that the required insurance is in effect and that it<br />
complies with the requirements of this clause. Contractor shall<br />
not allow or permit any agent, independent Contractor or<br />
subcontractor to commence work on Authority premises until the<br />
evidence of insurance required has been received by Authority.<br />
Whenever the Contractor submits a certificate concerning the<br />
required coverage, the Contractor must also submit copies of the<br />
below-required endorsements to its insurance policies.<br />
Additionally, the following statements must appear on the <strong>fac</strong>e of<br />
the certificates:<br />
"Columbus Regional Airport Authority, Port Columbus<br />
International Airport, Rickenbacker International Airport, and<br />
Bolton Field, its officials, employees, agents and representatives<br />
are additional insured’s on the General Liability and Commercial<br />
Automobile policies."<br />
"Thirty (30) days advance written notice of cancellation or<br />
material change in coverage must be provided to the Columbus<br />
Regional Airport Authority, Port Columbus International Airport,<br />
Rickenbacker International Airport, and Bolton Field."<br />
The certificate must be an original, must be signed by an<br />
authorized representative of the insurance companies and list all<br />
insurance companies providing coverage. All insurance<br />
certificate(s) shall be updated as required to show continued<br />
compliance by the Contractor of the provisions. All insurance<br />
certificates and notices shall be mailed by the Contractor to the<br />
Authority contact as provided herein.<br />
Section 26. Dispute Resolution: In the event of<br />
a dispute arising out of this Agreement, the parties agree to<br />
initially attempt to resolve any dispute through good-faith<br />
negotiation between the parties. If after at least 45 days of good-<br />
C-6
faith efforts to resolve a dispute through negotiation, the parties<br />
are unable to resolve the dispute, either party may commence<br />
mediation.<br />
a. Mediation. Any dispute arising out of or related to the<br />
Agreement that cannot be resolved through good-faith<br />
negotiation as provided above is subject to mediation as provided<br />
in this Paragraph 26(a) as a condition precedent to the<br />
commencement of a legal proceeding by either party. The<br />
provisions of this Paragraph 26(a) shall survive the termination of<br />
the Contract. Mediation shall be commenced upon one party’s<br />
delivery to the other party of a written request for mediation. The<br />
request for mediation, however, shall not be made until after the<br />
expiration of 45 days after the initiation of good-faith negotiations.<br />
The mediation shall proceed as expeditiously as possible and be<br />
concluded in any event within 120 days after the delivery of the<br />
request for mediation. If the mediation is not concluded within<br />
such period, then the parties shall no longer be bound thereby<br />
unless they agree to extend the period. The mediation shall<br />
otherwise be in accordance with procedures mutually agreed<br />
upon by the Authority, the Contractor, and the mediator(s).<br />
b. Litigation. Any Claim arising out of or related to the<br />
Agreement shall, after compliance with Paragraph 26(a), be<br />
subject to litigation. Except with the Authority’s written consent,<br />
no litigation arising out of or relating to this Agreement shall<br />
include, by consolidation or joinder or in any other manner, any<br />
parties other than the Authority and the Contractor. The<br />
Authority’s consent to joinder must contain a specific reference to<br />
this Paragraph 26(b), and shall not be construed as consent to<br />
litigation involving any entity or claim not described therein. A<br />
legal proceeding relating to a dispute shall be commenced within<br />
a reasonable time after compliance with Paragraph 26(a), but in<br />
no event shall such legal proceeding be commenced after the<br />
date when the institution of legal or equitable proceedings based<br />
on such claim would be barred by the applicable statute of<br />
limitations. All applicable statutes of limitation and/or repose<br />
shall be deemed tolled and suspended from the date on which<br />
the claim is initiated for good-faith negotiation through 30 days<br />
after the conclusion of the mediation as provided in Paragraph<br />
26(a). The provisions of this Paragraph 26(b) shall survive<br />
termination of the Contract.<br />
Section 27. Assignment: This Agreement may not be<br />
delegated or assigned by Contractor without Authority's consent<br />
and any delegation of duties or assignment of rights by<br />
Contractor is void unless Contractor has obtained the prior<br />
written consent of Authority which consent may be withheld.<br />
Notwithstanding the foregoing, each contract that the Contractor<br />
enters into with a Sub-Contractor is assigned by the Contractor to<br />
the Authority provided that the assignment is effective only if this<br />
Agreement has been terminated by the Authority and only for<br />
those contracts, which the Authority accepts by notifying the Sub-<br />
Contractor in writing.<br />
Section 28. No Assurances: Contractor acknowledges<br />
that, by entering into this Agreement, Authority is not making any<br />
guaranty or other assurance as to the extent, if any, that<br />
Authority will utilize Contractor's services.<br />
Section 29. Captions: The captions contained in this<br />
Agreement are included only for convenience of reference and<br />
do not define, limit, explain or modify this Agreement and are in<br />
no way to be construed as a part of this Agreement.<br />
Section 30. Incorporation of Regulations: Contractor<br />
acknowledges and agrees that the services to be performed<br />
under this Agreement are subject to all applicable federal, state<br />
and local statutes, rules, regulations and assurances including all<br />
such statutes, rules, regulations and assurances which may be<br />
prerequisite to or a condition of the Authority receiving any<br />
federal or state grant or loan or other governmental assistance.<br />
Contractor shall perform the services in compliance with such<br />
requirement including without limitation all applicable FAA<br />
requirements including those requirements, which may be<br />
attached as additional exhibits to this Agreement.<br />
Section 31. Governing Law: This Agreement shall be<br />
governed by and construed in accordance with the laws of the<br />
State of Ohio and venue shall be brought and held only in the<br />
Common Pleas Court of Franklin County, Ohio. The Contractor<br />
and the Authority consent to the exclusive jurisdiction of and<br />
venue in that court.<br />
Section 32.<br />
APPLICABLE<br />
Contractor Performance Evaluation: NOT<br />
Section 33. No Personal Liability: No director, officer or<br />
employee of the Authority shall be charged personally or held<br />
contractually liable by or to the Contractor under any term or<br />
provision of this Agreement or because of any event thereof or<br />
because of their execution or approval of this Agreement.<br />
Section 34. Waiver: The failure of either party at any<br />
time to enforce any right or remedy available to it with respect to<br />
any breach or failure shall not be construed to be a waiver of<br />
such right or remedy with respect to any other breach or failure<br />
by the other party.<br />
Section 35. Severability: If any provision of this<br />
Agreement is held to be illegal, invalid or inoperable, such<br />
provision shall not affect the remainder thereof or any other<br />
provision.<br />
Section 36. Warrant of Authority: The parties certify<br />
that the persons executing this Agreement on their behalf are<br />
fully authorized to do so.<br />
Section 37. Entire Agreement: This Agreement,<br />
together with all Schedules, Attachments, Exhibits and Task<br />
Orders contained herein, constitutes the entire Agreement<br />
between the parties in respect to its subject matter and<br />
supersedes all prior and contemporaneous agreements between<br />
the parties in connection with the same subject matter.<br />
Section 38.<br />
Accounting Records: During the term of<br />
C-7
this Agreement including any renewal or extension hereof, and<br />
for a period of three (3) years thereafter, or for such longer period<br />
of time as may be required by applicable federal regulations and<br />
negotiated with Contractor the Authority or a representative of the<br />
Authority shall have the right, within two (2) weeks written notice<br />
to Contractor, to inspect and audit all of its' books of account,<br />
records, and other <strong>document</strong>s, pertaining to payments made or<br />
to be made pursuant to this Agreement and Contractor shall<br />
make all such records, books, and other <strong>document</strong>s available at<br />
the place where these books and records are normally<br />
maintained; provided, that all such inspections and audits shall<br />
be conducted during regular business hours. These records will<br />
be open to inspection and subject to audit and/or reproduction by<br />
the Authority or its representative within ten (10) workings days of<br />
written notice by the Authority. There will be an administrative<br />
fee of $100.00 per day, per requested item for records that are<br />
received after the initial ten (10) working day period. Contractor<br />
shall provide adequate work space and access to office<br />
equipment (copier and fax machines) at no charge if such<br />
inspections are required at the Contractor’s office. The<br />
Contractor shall allow the Authority or their representative to<br />
interview all current or former employees to discuss matters<br />
pertinent to the performance of this Agreement.<br />
Books of account and records as referred to in this Agreement<br />
shall include any and all information, materials, and data of every<br />
kind and character, including without limitation, financial<br />
statements, general ledgers, job cost reports, accounts payable,<br />
accounts receivable, papers, <strong>document</strong>s, subscriptions,<br />
recordings, agreements, purchase orders, leases, contracts,<br />
subcontract files, commitments, arrangements, notes, daily<br />
diaries, project manager reports, drawings, receipts, vouchers<br />
and memoranda, written policies, time sheets, payroll registers,<br />
cancelled checks, original estimates, estimating work sheets,<br />
change order files, back charge logs and supporting<br />
<strong>document</strong>ation, trade discounts, insurance rebates and any and<br />
all other agreements or <strong>document</strong>s that may in the Authority’s<br />
judgment have a bearing on or pertain to any matters, rights,<br />
duties or obligations under or covered by this Agreement. Such<br />
records subject to inspection shall also include, but not be limited<br />
to, those records necessary to evaluate and verify direct and<br />
indirect costs, (including overhead allocations) as they may apply<br />
to costs associated with this Agreement. Such records shall be<br />
made available in hard copy as well as electronically (computer<br />
readable data) when available.<br />
The Contractor shall require all payees (examples include, but<br />
are not limited to, Sub-Contractors, insurance agents, material<br />
suppliers, etc.) to comply with the provisions of this Section by<br />
insertion of these requirements in any contract between<br />
Contractor and payee. Such requirements to include flow-down<br />
right of audit provision in contracts with payees will also apply to<br />
Sub-Contractors, sub-Sub-Contractors, material suppliers, etc.<br />
Contractor will cooperate fully and will cause all related parties<br />
and all of Contractor’s Sub-Contractors (including those entering<br />
into lump sum subcontracts) to cooperate fully in furnishing or<br />
making available to the Authority all required records. Contractor<br />
shall be held responsible for any financial impacts relating to<br />
payees who do not comply with this Section.<br />
If an audit inspection in accordance with this Section discloses<br />
overpricing or overcharges (of any nature) by the Contractor to<br />
the Authority in excess of one-half of one percent (.5%) of the<br />
total contract billings, (1) the reasonable costs of the Authority’s<br />
Audit department shall be reimbursed to the Authority by the<br />
Contractor and (2) a 15% penalty of the overpricing or<br />
overcharges shall be assessed. Any adjustments and/or<br />
payments which must be made as a result of the audit inspection,<br />
including any interest, audit costs and penalties shall be made by<br />
the Contractor within a reasonable amount of time (not to exceed<br />
45 days) from presentation of Authority’s findings to Contractor.<br />
Section 39.<br />
CAD Standards: NOT APPLICABLE<br />
Section 40. Sustainable Design and Stormwater<br />
Management: NOT APPLICABLE<br />
Section 41. License: Contractors must comply with the<br />
statutory requirements of the State of Ohio relative to the<br />
licensing of corporations organized under the laws of any other<br />
state or country and other pertinent requirements for doing<br />
business in Ohio. Before an agreement will be awarded to a<br />
non-resident foreign corporation or a person or partnership of the<br />
State of Ohio, such non-resident foreign corporation, person or<br />
partnership shall provide the Authority with a copy of its “Original<br />
Appointment of Agent” as filed with the Ohio Secretary of State.<br />
C-8
IN WITNESS WHEREOF, Contractor and Authority each caused this Agreement to be executed in their respective names by their<br />
duly authorized representatives, all as of the day and year first above written.<br />
Contractor's Name<br />
Columbus Regional Airport Authority<br />
BY<br />
TITLE<br />
DATE<br />
BY<br />
DATE<br />
Elaine Roberts, A.A.E., President & CEO<br />
Contractor is a (check one): _____ Corporation; _____ Partnership; _____ Sole Proprietorship; _____ Individual; ______LLC<br />
*Note: The person signing for the Contractor shall, in (her) (his) own handwriting, sign the principal's name and his title. Where the<br />
person signing for a corporation is other than the president, partner or sole owner (s)he must, by affidavit of another officer (included in this<br />
<strong>document</strong> as the contract signature affidavit), show (her) (his) authority to bind the corporation.<br />
C-9
SCHEDULE A<br />
PROFESSIONAL SERVICES MASTER AGREEMENT<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
1. Consultant's Name<br />
and Address:<br />
Telephone:<br />
Fax:<br />
Attention:<br />
2. Type of Entity:<br />
Organized under the laws of the State of<br />
Qualified to do business in the State of Ohio: Yes<br />
No<br />
3. Federal I.D. No.:<br />
4. Description of Services:<br />
5. Consultant's employees:<br />
Name Job Description Special Qualifications<br />
6. Project Manager:<br />
Consultant:<br />
Authority:<br />
REV 04-08-10<br />
SCHEDULE A – Page 1
7. Compensation: Per Task Order or:<br />
Lump Sum of $<br />
Hourly Basis based on the following rates per hour:<br />
Position<br />
Rate<br />
$<br />
$<br />
$<br />
$<br />
$<br />
$<br />
Maximum compensation payable under this Agreement including reimbursable expenses:<br />
$ .<br />
8. Term:<br />
Commencing:<br />
Upon execution of this Agreement<br />
Ending:<br />
9. Schedule and Time of Performance:<br />
Services will be performed on an as needed basis as directed by the Authority’s Project Manager<br />
Scheduled as follows:<br />
10. Invoicing and Payment:<br />
Consultant shall provide invoices:<br />
once per month<br />
11. Equipment and Supplies provided by Authority:<br />
12. Reimbursable Expenses: n/a<br />
13. DBE Participation:<br />
14. Special Provisions:<br />
REV 04-08-10<br />
SCHEDULE A – Page 2
AGREEMENT TITLE & NUMBER<br />
TASK ORDER AUTHORIZATION<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
TASK ORDER NUMBER<br />
Task Description:<br />
Scope of Services:<br />
DBE Participation:<br />
__________________<br />
CRAA Project Manager: __________________<br />
Task Order Start Date: ___________<br />
Task Order Finish Date: _____________<br />
This task order incorporates, by reference, the terms and conditions of the Contract Agreement between<br />
the Columbus Regional Airport Authority and _______________ dated ________________, and is subject<br />
to the provisions of that Agreement in its entirety.<br />
CONSULTANT:<br />
OWNER:<br />
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
By:<br />
By:<br />
CEO or Authorized Director<br />
Date<br />
Date<br />
REV 04-08-10<br />
SCHEDULE E – Page 1
DELINQUENT PERSONAL PROPERTY TAX<br />
STATE OF _________________)<br />
COUNTY OF _______________)<br />
___________________________________________, being first duly sworn, deposes and says that<br />
he/she is ______________________________ of, _______________________________________<br />
(Title)<br />
(Company)<br />
the successful respondent on the attached Contract with the Columbus Regional Airport Authority for<br />
_____________________________________________________________________________,<br />
(Describe or Identify Contract)<br />
and for the purpose of complying with Section 5719.042 of the Ohio Revised Code, states that at the time<br />
the response for said Contract was submitted, said respondent ________________________ charged<br />
(was) (was not)<br />
with delinquent personal property taxes on the General Tax list of personal property of a county of the State<br />
of Ohio, and that the amount of due and unpaid delinquent taxes, penalties and interest thereon is as<br />
follows:<br />
Taxes Penalties & Interest County<br />
$__________________ $__________________ _____________________<br />
$__________________ $__________________ _____________________<br />
$__________________ $__________________ _____________________<br />
$__________________ $__________________ _____________________<br />
Subscribed and sworn to before me this<br />
______________________________________<br />
(AFFIANT)<br />
______ day of _______________, 20__<br />
SEAL<br />
_____________________________________<br />
Notary Public<br />
REV 04-08-10<br />
SCHEDULE F – Page 1
CONTRACT SIGNATURE AFFIDAVIT<br />
(TO BE FILLED IN AND EXECUTED IF THE PERSON SIGNING THE CONTRACT IS ANYONE OTHER<br />
THAN THE PRESIDENT OF THE CORPORATION, PARTNERSHIP OR COMPANY)<br />
COUNTY OF __________________)<br />
STATE OF ____________________)<br />
________________________________________________, Being first duly sworn, deposes and says that<br />
he is (AFFIANT*)<br />
__________________________________________of_________________________________________,<br />
(TITLE)<br />
(COMPANY)<br />
a corporation, company or partnership organized and existing under and by virtue of the laws of the State<br />
of<br />
(STATE)<br />
, and having its principal offices at______________________________________<br />
(STREET AND NUMBER)<br />
__________________________________________________________________ Affiant further says that<br />
(CITY) (COUNTY) (STATE)<br />
he is familiar with the records, minute books and by- law of<br />
(NAME COMPANY)<br />
Affiant further says that ________________________________________________________________ is<br />
(NAME-OF CONTRACT SIGNER, MUST BE OTHER THAN AFFIANT)<br />
authorized to sign the CONTRACT for ________________________________________________, for the<br />
(TITLE OF CONTRACT)<br />
Corporation, Company or Partnership and is duly _____________________________________________,<br />
(OFFICIAL POSITION OF THE CONTRACT SIGNER)<br />
for said Corporation, Company or Partnership by virtue of:<br />
(State whether a provision of by-laws or a Resolution of the Board of Directors, Partnership Agreement or<br />
Agency.)<br />
____________________________________________________<br />
(If by Resolution, give date of adoption)<br />
Subscribed and sworn to before me this<br />
______________________________________<br />
(AFFIANT)<br />
______ day of _______________, 20__<br />
SEAL<br />
REV 04-08-10<br />
_____________________________________<br />
Notary Public<br />
SCHEDULE G – Page 1
SCHEDULE H: INSURANCE MINIMUM COVERAGE<br />
FOR THIS PROJECT, INSURANCE MINIMUM COVERAGE SHALL INCLUDE LIMITS FOR WORK WITHIN AOA WORK.<br />
REQUIRED COVERAGE<br />
TYPE<br />
Comprehensive General<br />
Liability (CGL)<br />
Worker’s Compensation<br />
Employer’s Liability<br />
Automobile Liability<br />
MINIMUM COVERAGE LIMITS – NON AOA Work<br />
$5,000,000 per occurrence. Contractor/Consultant and its<br />
Subcontractors must each maintain CGL coverage. CGL<br />
insurance must be written on ISO occurrence form CG 00 01<br />
10 01 or a substitute form, providing at least equivalent<br />
coverage.<br />
Contractor/Consultant and its Subcontractors must each<br />
maintain workers compensation coverage meeting the<br />
statutory requirements of the State of Ohio.<br />
$1,000,000 per occurrence. Contractor/Consultant and its<br />
Subcontractors must each maintain Employer’s Liability<br />
coverage. The policy must include intentional tort coverage,<br />
an “Ohio Stop Gap” endorsement, and a waiver of subrogation<br />
in favor of the Authority.<br />
$1,000,000 combined single limit on owned, non-owned, and<br />
hired autos<br />
MINIMUM COVERAGE LIMITS – Work within AOA Fence<br />
$10,000,000 per occurrence. Contractor/Consultant and its<br />
Subcontractors must each maintain CGL coverage. CGL<br />
insurance must be written on ISO occurrence form CG 00 01<br />
10 01 or a substitute form, providing at least equivalent<br />
coverage.<br />
Contractor/Consultant and its Subcontractors must each<br />
maintain workers compensation coverage meeting the<br />
statutory requirements of the State of Ohio.<br />
$1,000,000 per occurrence. Contractor/Consultant and its<br />
Subcontractors must each maintain Employer’s Liability<br />
coverage. The policy must include intentional tort coverage,<br />
an “Ohio Stop Gap” endorsement, and a waiver of<br />
subrogation in favor of the Authority.<br />
$10,000,000 combined single limit on owned, non-owned,<br />
and hired autos<br />
Professional Liability<br />
(Errors & Omissions)<br />
$ 5,000,000 per occurrence $ 5,000,000 per occurrence<br />
Contractors Pollution<br />
Liability Insurance<br />
As required by Authority and the Project,<br />
Contractor/Consultant shall obtain contractor’s pollution<br />
liability coverage for environmentally sensitive or hazardous<br />
types of work - $5,000,000 or NOT REQUIRED<br />
As required by Authority and the Project,<br />
Contractor/Consultant shall obtain contractor’s pollution<br />
liability coverage for environmentally sensitive or hazardous<br />
types of work - $5,000,000 or NOT REQUIRED<br />
REV 04-08-10<br />
SCHEDULE H – Page 1
W-9
W-9
W-9
W-9
COLUMBUS REGIONAL AIRPORT AUTHORITY<br />
"AUTHORITY" or “CRAA”<br />
SECURITY REQUIREMENTS<br />
SPECIAL PROVISIONS<br />
FOR<br />
ELEVATOR/ ESCALATOR PREVENTIVE MAINTENANCE AND REPAIR SERVICES
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA” ELEVATOR/ESCALATOR<br />
PREVENTIVE MAINTENANCE SECURITY SPECIAL PROVISIONS<br />
SP-01 AIRPORT SECURITY<br />
Contractor shall insure that the worksite and Restricted Areas are maintained in a secure manner at all times to<br />
prevent entry on to the Airfield Operations Area (AOA) by unauthorized persons. Contractor shall have an<br />
adequate number of supervisors and/or employees obtain airport security badges from Port Columbus airport prior<br />
to commencing work on the project to provide worksite security and escort service during the term of the project.<br />
SEE SC-2 for badge procedures.<br />
SP-02 PORT COLUMBUS AIRPORT SECURITY BADGE REQUIREMENTS<br />
All persons working within a Restricted Area and the Security Identification Display Area (SIDA) of Port Columbus<br />
International Airport MUST be under authorized escort or display an airport issued identification badge for<br />
unescorted access to any Restricted Area. Any person not under proper escort or in any Restricted Area without an<br />
airport issued identification badge is subject to arrest and criminal and/or civil prosecution.<br />
The project will require SIDA badge access. Each badged person may escort personnel in accordance with section<br />
11.3 of the CRAA rules and as long as all escorted persons are under the direct and immediate control of the<br />
person performing escort duties. The badge approval process and all monetary rates are subject to change at any<br />
time. Violation of airport rules and regulations regarding airport issued identification and security procedures will<br />
result in revocation of the badge and possible criminal and/or civil penalties. No extension of time or other<br />
accommodation will be made to the construction contract due to loss of unescorted privileges for security violations.<br />
Badge Process:<br />
1) Contact the Airport Project Representative and notify them identification badge(s) are required with the<br />
names of those employees to receive badges. The Representative will arrange a time for employees to be<br />
fingerprinted.<br />
2) At the time of the appointment, present a letter on company letterhead. The letter must contain the<br />
name(s) of those to be fingerprinted. The Airport Representative will provide a required airport form to be<br />
completed for each person to be fingerprinted.<br />
3) At the time of fingerprinting, each person to be fingerprinted must bring cash or a check in the amount of<br />
$105.00 made payable to the Columbus Regional Airport Authority. This fee consists of a non-refundable<br />
$45.00 fingerprint and badge fee and a refundable $60.00 badge deposit. The $60.00 badge deposit fee<br />
will be returned to the employer upon return of the badge to the Columbus Regional Airport Authority.<br />
4) Employees’ fingerprints will be checked with the FBI’s database as part of the criminal history record check.<br />
Persons convicted of certain crimes are not eligible to receive unescorted access. A list of disqualifying<br />
crimes is available in SP-4. Simultaneously each applicant will undergo a Security Threat Assessment<br />
(STA).<br />
5) Upon receipt of the fingerprint criminal history record check and STA, the Airport Representative will notify<br />
the contractor that they have been approved and will schedule an appointment for the testing and badging<br />
process.<br />
SP-1
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA” ELEVATOR/ESCALATOR<br />
PREVENTIVE MAINTENANCE SECURITY SPECIAL PROVISIONS<br />
6) Failure of the background check will prevent an individual from working on this project.<br />
7) Employees must attend a training program and pass a test prior to receiving their badge. The training and<br />
test take approximately one hour to complete and consists of viewing a video on airport security<br />
regulations. The test will be over the material covered in the presentations. Upon successful completion of<br />
the test, a photograph will be taken and the badge will be issued immediately.<br />
8) Access for badges must be approved by the CRAA Project Manager. All correspondence regarding access<br />
shall be between the Project Manager and the Airport ID Office (AIO). Contractors shall not contact the<br />
AIO regarding access issues.<br />
Escorting:<br />
1) It is the contractor’s responsibility to provide escort services for all employees, sub-contractors, and<br />
vendors/suppliers requiring access to the construction site.<br />
2) The individual providing the escort will possess a valid Airport ID Badge and must stay within visual and<br />
verbal control of the escorted individual. The individual providing escort must be familiar with the Airport<br />
Rules and Regulations and the Vehicle Drivers Manual.<br />
3) The contractor shall provide an escort vehicle, properly marked in accordance with paragraph 10.2.B.1 of<br />
the CRAA rules, with driver to escort delivery vehicles and construction equipment between the worksite<br />
and the identified entry gate to the work area. Escort driver shall have a valid airport identification badge<br />
with RAMP DRIVING endorsement. Escort driver shall be trained by the Airport Operations Department<br />
and conform to all rules and regulations of the Columbus Regional Airport Authority. Additional escort<br />
vehicles may be needed depending upon volume of vehicles.<br />
4) Contractor shall review the Schedule of Insurance section of the Proposal, Contract and Specifications for<br />
insurance requirements related to driving on the airfield. Proof that all insurance requirements have been<br />
met at the specified levels will be required prior to beginning work. Proof of insurance must be presented<br />
prior to the issuance of a badge with a driving endorsement. The Authority must be shown as “additionally<br />
insured” on all policies.<br />
5) The Security Checkpoint will inspect all vehicles entering the airfield. No more than 3 vehicles may be<br />
escorted at one time. Vehicles must remain together and may not separate at any time from the escort<br />
caravan. Contractor shall ensure a communication system so that delivery drivers may contact the escort<br />
driver when waiting for escort at the airfield gate. Delivery vehicles shall not block traffic at the entrance<br />
gate(s) while waiting for escort. Vehicles may be directed off site if problems are created. All delivery<br />
vehicles must be escorted to and from the worksite. NO EXCEPTIONS. Any violation of these provisions<br />
or airport regulations may result in permanent revocation of security badges of those offenders.<br />
SC-03 PORT COLUMBUS AIRPORT DRIVING REQUIREMENTS<br />
There must be a true necessity for contractors to drive unescorted. The applicant will also be required to take and<br />
successfully pass Driver’s Training in the Airport Operation’s office. The contractor must agree to comply with the<br />
SP-2
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA” ELEVATOR/ESCALATOR<br />
PREVENTIVE MAINTENANCE SECURITY SPECIAL PROVISIONS<br />
rules and regulations and maintain the minimum insurance requirements as established by the Columbus Regional<br />
Airport Authority.<br />
1) Vehicles accessing the airfield shall display 4-way hazard flashers, or a flashing or rotating amber beacon,<br />
and will prominently display their company logo on the driver and passenger doors or be escorted by a<br />
properly marked and equipped vehicle.<br />
a. Company logos are to be no less than 12” x 12”, and readable from 250 feet in accordance with<br />
paragraph 10.2.B.1 of the CRAA Rules.<br />
b. Logos can be magnetic, printed or pasted on, but must be commercially made.<br />
2) A list of vehicles requiring access must be submitted to Airport Operations. This list must include make,<br />
model, and license plate number of each contractor vehicle.<br />
3) Proof of insurance is required for each vehicle in accordance with CRAA policies. For vehicles driving on<br />
the airfield must have a minimum of 10 million dollars liability. The Columbus Regional Airport Authority<br />
must be listed as additionally insured on the policy.<br />
4) Only those vehicles that are essential for the job will be authorized to have access; vehicles for the sake of<br />
convenience will not be permitted. No personal vehicles will be parked within the airfield.<br />
5) Vehicles must be confined to the construction work limits. A pre-approved access route to the work site will<br />
be coordinated with Airport Operations.<br />
SC-04 LIST OF DISQUALIFYING CRIMES<br />
No person may obtain unescorted access to an airport if they have been convicted within the past 10-year period of<br />
any of the following crimes:<br />
(i)<br />
Forgery of certificates, false marking of aircraft, and other aircraft registration violation, 49 U.S.C.<br />
46306;<br />
(ii) Interference with air navigation, 49 U.S.C. 46308;<br />
(iii) Improper transportation of a hazardous material, 49 U.S.C. 46312;<br />
(iv) Aircraft piracy, 49 U.S.C. 46502;<br />
(v) Interference with flightcrew members or flight attendants,49 U.S.C. 46504;<br />
(vi) Commission of certain crimes aboard aircraft in flight, 49 U.S.C. 46506;<br />
(vii) Carrying a weapon or explosive aboard aircraft, 49 U.S.C. 46505;<br />
(viii) Conveying false information and threats, 49 U.S.C. 49 46507;<br />
SP-3
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA” ELEVATOR/ESCALATOR<br />
PREVENTIVE MAINTENANCE SECURITY SPECIAL PROVISIONS<br />
(ix)<br />
Aircraft piracy outside the special aircraft jurisdiction of the United States, 49 U.S.C. 46502(b);<br />
(x) Lighting violations involving transporting controlled substances, 49 U.S.C. 46315;66;<br />
(xi)<br />
Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary<br />
to established security requirements, 49 U.S.C. 46314;<br />
(xii) Destruction of an aircraft or aircraft <strong>fac</strong>ility, 18 U.S.C. 32;<br />
(xiii)<br />
(xiv)<br />
(xv)<br />
(xvi)<br />
(xvii)<br />
Murder;<br />
Assault with intent to murder;<br />
Espionage;<br />
Sedition;<br />
Kidnapping or hostage taking;<br />
(xviii) Treason;<br />
(xix)<br />
(xx)<br />
(xxi)<br />
(xxii)<br />
Rape or aggravated sexual abuse;<br />
Unlawful possession, use, sale, distribution, or manu<strong>fac</strong>ture of an explosive or weapon;<br />
Extortion;<br />
Armed robbery;<br />
(xxiii) Distribution of, or intent to distribute, a controlled substance;<br />
(xxiv) Felony arson; or<br />
(xxv)<br />
Conspiracy or attempt to commit any of the aforementioned criminal acts.<br />
The FAA or TSA Administrator may specify other <strong>fac</strong>tors that are sufficient to prohibit the employment of an<br />
individual in a position with unescorted access. The Columbus Regional Airport Authority Public Safety Department<br />
shall be the final authority on the issuance of Airport Identification.<br />
SP-05 CRAA TOOL CONTROL POLICY IN RESTRICTED AREAS<br />
It is the policy of the Columbus Regional Airport Authority (Authority) that all tools and implements are prohibited at<br />
all times in the restricted areas of airports. These restricted areas encompass those defined in the Airport Security<br />
Program as “Secured/SIDA”, as well as “sterile” sections (those terminal locations past the TSA-operated<br />
passenger screening checkpoints).<br />
SP-4
COLUMBUS REGIONAL AIRPORT AUTHORITY “AUTHORITY” OR “CRAA” ELEVATOR/ESCALATOR<br />
PREVENTIVE MAINTENANCE SECURITY SPECIAL PROVISIONS<br />
The Authority reserves the right, however, to temporarily permit said tools and implements in restricted areas as<br />
long as all of the following conditions are continuously met:<br />
1) Only those tools and implements necessary for the performance of work-related responsibilities<br />
(construction, repairs, maintenance, etc.) may be authorized in any restricted area;<br />
2) No tool or implement may be left unattended in any restricted area, at any time;<br />
3) All tools and implements carried into any restricted area must be accounted for at all times;<br />
4) At the close of any and all workdays, and during coffee, smoke, lunch, and/or other breaks, all tools and<br />
implements will either be removed from any restricted area or secured in an Authority approved location;<br />
5) Tools or implements may be used only by individuals having permission for their use. No tool or implement<br />
may be allowed to be in the possession of any unauthorized person, while in any restricted area;<br />
6) Persons bringing tools into any restricted area will be responsible for maintaining a current <strong>document</strong>ed<br />
inventory. Any item(s) found missing will immediately be reported to the Airport Communications Center at<br />
239-4029. This inventory is subject to inspection and verification;<br />
7) Any and all blades from any type of cutting instrument (box cutters, carpet knives, etc.) will be discarded<br />
outside of CRAA property;<br />
8) Prior to leaving any restricted area, all persons bringing tools and implements into any sterile area, will<br />
conduct a thorough search for any dangerous or prohibited item; and<br />
9) By signing the Authority provided form, applicants agree to abide by all of the above, and may be permitted<br />
to possess prohibited tools and implements in the airports’ restricted areas. Any person authorized to<br />
possess prohibited items in restricted areas violating this policy, is subject to forfeiture of said authorization,<br />
other fines and/or penalties, and prosecution for violation of Section 2911.21 of the Ohio Revised Code<br />
(trespassing).<br />
SP-5