Des Moines Airport Authority. Legal Services Request for Proposal

Similar documents
Airport Public Relations Services Request for Proposal

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGE STRUCTURAL REPAIR PROGRAM Activity ID

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS

DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) TO PROVIDE BANKING & CUSTODIAL SERVICES FOR THE. Des Moines Airport Authority

Insurance Broker Services Request for Proposal

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR COLUMBUS PARK SHELTER RENOVATION Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

WINDOW CLEANING REQUEST FOR PROPOSAL FOR DES MOINES AIRPORT AUTHORITY. Activity ID #

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Airport Parking Facilities Management Services Request for Proposal

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Airport Terminal Automated Vending Concession Request for Proposals

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

RFP NAME: AUDITING SERVICES

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ANNEX A Standard Special Conditions For The Salvation Army

Request for Qualifications

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Kiosk-Based Concessions Request for Proposal

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Telemetry Upgrade Project: Phase-3

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Housing Authority of the Borough of Keansburg

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

RFP GENERAL TERMS AND CONDITIONS

Request For Proposal (RFP) for

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

Services Agreement for Public Safety Helicopter Support 1

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

City of Beverly Hills Beverly Hills, CA

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Albany, New York

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

Request for Proposals for Agent of Record/Insurance Broker Services

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

RFQ #1649 April 2017

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS

Request for Proposal

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

CONTRACT FOR SERVICES RECITALS

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Chatham County Request for Proposals Biannual Customer Service Survey

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

REQUEST FOR PROPOSAL. Information Technology Support Services

P R O P O S A L F O R M

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSALS For Retail Consultant

Transcription:

Des Moines Airport Authority Legal Services Request for Proposal Des Moines International Airport 5800 Fleur Drive Des Moines, IA 50321 Sealed proposals will be received at the office of the Des Moines Airport Authority, ATTN: Contracts Manager, 5800 Fleur Drive, Suite 207, Des Moines, IA, 50321 until 10:30 A.M. CDT, September 22, 2015 for the provision of legal services to the Des Moines Airport Authority. Proposers wishing to respond to this RFP or receive addendums must notify the Contract Manager no later than 3:00 p.m. September 11, 2015. All proposals must be irrevocable for 90 days from the RFP due date. One original and four copies of the proposal must be submitted to: Des Moines Airport Authority Attn: Steven Dawson 5800 Fleur Drive Suite #207 Des Moines, IA 50321 (515) 256-5100 Requests for clarification regarding this RFP must be made to the Contracts Manager, Steve Dawson at scdawson@dsmairport.com, no later than 5:00 p.m., local time, September 14, 2015. Written answers to requests for clarification will be provided to all potential proposers by 5:00 p.m., local time, September 18, 2015. In all cases, bidders may not rely on oral communications and only written responses to inquiries are binding upon the Authority. 1

The Authority reserves the right to reject any and all bids and to waive any informality in proposals received. An electronic copy of this RFP is available on line at http://www.dsmairport.com/about-the-airport/current-airport-rfps.aspx, or by contacting the Contracts Manager. 2

LEGAL SERVICES REQUEST FOR PROPOSALS GENERAL RULES DES MOINES AIRPORT AUTHORITY DES MOINES, IOWA Proposals are being requested to provide legal services to the Des Moines Airport Authority. Proposals will be evaluated by a selection committee and a recommendation will be presented to the Des Moines Airport Authority Board. 1. Proposers are encouraged to submit questions in advance to the Contract Manager, Steve Dawson at scdawson@dsmairport.com. 2. A written response to all inquiries in the form of an addendum will be forwarded to all participating proposers. 3. In all cases, only written communications are binding on the Authority. 4. The Des Moines Airport Authority reserves the right to schedule proposer interviews at its discretion in order to fully evaluate competing proposals. 5. The Des Moines Airport Authority reserves the right to reject any and all proposals. 6. Late proposals will not be considered. 7. Failure to supply any information requested to accompany proposals is cause for rejection of the proposal as non-responsive. The Des Moines Airport Authority reserves the right to request additional information from any proposer if clarification is needed. 8. Proposals may not be withdrawn for 90 days from the opening date to allow for a full evaluation and to make an award deemed in the best interests of the Des Moines Airport Authority. 9. See the information that follows in this request for other requirements. 3

LEGAL SERVICES RFP SCOPE OF WORK Background: The Des Moines Airport Authority is a governmental entity created by the City of Des Moines, Iowa, to operate the Des Moines International Airport pursuant to Iowa Code chapter 330A. The Airport is a commercial service airport serving central Iowa with facilities to accommodate all phases of air transportation, including scheduled air service, general aviation, and air cargo operations. During calendar year 2014, the Airport accommodated approximately 2.3 million airline passengers, 70,000 aircraft operations, and 69,400 U.S. tons of air freight and mail. The Airport is situated on approximately 2,750 acres of land on the southwest side of the city in Des Moines, Iowa. Major tenants of the Airport include: six commercial passenger airlines, two major air cargo airlines, seven car rental brands, restaurant and gift shop concessionaires, two general aviation fixed-base operators, one specialized aeronautic services operator, U.S. Customs Office, FAA Facilities, and the Iowa Air National Guard Headquarters. As a key element of a broader plan to improve the Des Moines International Airport, the Authority has decided to undertake the development of a new terminal complex in the south quadrant of the Airport. The Authority is seeking one or more firms to provide legal services in the areas listed below in this Scope of Work. The Authority expects to enter into a contract with the successful proposer(s) with an initial term of three years with two one-year extensions at the Authority s discretion. These legal services will be provided as needed and on a case-by-case basis at the discretion of the Authority and it is anticipated that there will be a separate task order for each piece of legal work under the contract. Timeliness of response and accessibility to assigned counsel is an important aspect of this service. Accessibility includes the ability to be reached promptly by telephone, cell phone, or e-mail and to be available to attend meetings in person on short notice. When the Authority requests legal services, counsel should be able to provide an estimate of the time to complete the work and keep the requesting party apprised of any delays or special considerations. The firm(s) must be able to work cooperatively with any special legal counsel retained by the Authority for special projects and to coordinate with other counsel, as needed, to assure proper management of legal issues and proper transmission of information among counsel. The Authority will not be precluded from using other attorneys or law firms, as determined by the Authority. Any contract resulting from this solicitation will be awarded with the understanding that it is for the sole convenience of the Authority. The Authority reserves the right to obtain like services from another source when it deems necessary. The Authority will not be obligated to assign any work or cases pursuant to a contract entered into as a result of this RFP and makes no promise that an award will result in any matter being assigned. Instead, the Authority will make assignments of 4

work and cases on an as-needed basis and as determined within the sole discretion of the Authority. The Authority reserves the right to award one or more agreements on the basis of proposals submitted and to negotiate additional terms and conditions, including hourly rates, with the proposer(s) found to offer the best proposal(s), in the Authority s sole discretion. The Authority reserves the right to waive any irregularity in a proposal, to request clarifying information from proposer firms, and to reject any and all proposals if it determines that is in the Authority s best interest. The Authority reserves the right to negotiate terms as needed for particular matters to best meet the needs of the Authority. The selected firm(s) shall not discriminate or permit discrimination in its operations or employment practices against any person or group of persons on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, or disability and shall furnish evidence of compliance with this provision when so requested by the Authority. Legal Services The areas for which the Authority seeks legal services include, but are not limited to: a. Operations of government including open meetings, open records, and local government liability. b. Authority rules, regulations, policies, and by-laws. c. Contract drafting, negotiating and reviewing. d. Procurement of goods and services. e. Litigation. f. Construction contracts and claims. g. Disadvantaged Business Enterprise (DBE). h. Americans with Disabilities Act (ADA). i. Labor negotiations and personnel matters, including civil rights issues. j. Finance issues as required. k. Real estate and leases. l. Environmental law. m. Government grant and contract issues. n. Other legal services, including providing oral and written opinions, as needed. 5

LEGAL SERVICES RFP REQUIRED SUBMISSIONS To be assured of being evaluated by the selection committee, proposers should submit the following information: a. Provide a cover letter from a contact person who has authority to bind the firm contractually, giving his or her title. The letter must certify that all of the information contained in the submission is accurate and complete. b. Provide a brief background of the firm, areas of practice and number of attorneys employed. Identify the specific experience of the firm in the areas listed in the scope of work. c. Provide resumes of attorneys who will be assigned the work. Only include resumes of attorneys likely to be assigned to the representation. Education, position in firm, years and types of experience, and continuing professional education will be considered. All assigned attorneys must be licensed in good standing to practice law in Iowa. d. Provide addresses, phone numbers and e-mail addresses for at least three recent clients as references. The Authority may contact any other known clients, whether offered as references or otherwise, to obtain information that will assist the Authority in evaluating the proposal. e. Provide proposed fee structure. All fees should be clearly stated in the proposal and must remain in effect for a period of three years. Fees for any extensions will be negotiated. List fees per hour for principal attorneys, other firm attorneys, and support personnel. Identify the minimum increment of time billed. Provide a schedule of reimbursable costs, such as court filing fees, deposition costs, mileage, and travel time. Provide information regarding the firm s willingness to accept alternative billing arrangements, such as fixed fee, hourly rates, volume discount, blended hourly rate, dedicated attorney, incentive billing and contingency arrangements. Once the desired firm(s) has been identified, the Authority reserves the right to negotiate additional terms and conditions, including hourly rates, or other method of compensation, with such firm(s). f. Provide information on the firm s billing procedures. g. Identify any current or potential conflicts of interest and indicate what procedures your firm would utilize to identify and resolve future conflicts of interest. It is of the utmost importance that no real or apparent conflict of interest exists between proposer and Authority, Authority Board members or Authority employees. Therefore, proposer shall disclose, in writing in its proposal, any real or possible conflicts of interest which exists or may exist so that appropriate action can be taken. In addition, the firm shall be responsible to promptly disclose to Authority any situations which may create possible conflicts of interest during the term of the agreement so that appropriate action can be taken. h. Provide any other information that may be helpful in assessing the firm s ability to perform the work and in applying the evaluation criteria set out in the RFP. 6

LEGAL SERVICES RFP EVALUATION CRITERIA The Authority will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFP. The Authority will appoint a selection committee to perform the evaluation. Each proposal will be analyzed to determine the proposer s overall responsiveness and qualifications under the RFP. The selection committee may select all, some, or none of the proposers for interviews. The Authority may also request additional information, which may be used in the evaluation, from all or some of the proposers at any time prior to final approval of a selected proposer. Final approval of a selected proposer(s) is subject to the action of the Authority Board. Evaluation criteria. The selection committee will consider the following factors, not necessarily listed in order of importance: a. Qualifications and experience of the firm in the areas listed in the scope of work as well as experience in airport legal issues, if any. b. Qualifications, experience, knowledge and demonstrated competence of the assigned attorneys. Prior experience of the individual attorneys with respect to the scope of work. c. Capability and resources to handle the Authority s work. d. Responses from references and other contacts. e. Cost. Hourly rates for each class of personnel, expected out-of-pocket costs, discounts for multi-year commitments, hourly rates/fees for additional services and alternative billing measures offered. f. Additional factors. Examples may include: involvement of local companies; demonstration of special knowledge, experience or capabilities; and any other significant items brought forward in the evaluation process and interview, if held, that may be of particular advantage to the Authority. STANDARD PROVISIONS AND REQUIREMENTS FOR REQUESTS FOR PROPOSALS (RFPs) 1. Proposal Must Be Signed by Proposer or Designated Agent. A proposal submitted in response to the Authority's Request for Proposals must be signed by the Proposer if an individual, or by a designated agent empowered to bind the Proposer in a contract. 7

2. Partnership and Joint Venture Proposals; Use of Corporate Name or Fictitious Corporate Name. a. If a proposal is submitted by two or more persons acting as a partnership, the names of the persons appearing on the proposal must be followed by the notation -- "a partnership", or words of similar import. b. If a proposal is submitted by two or more persons or corporate entities as a joint venture, the names of the persons or entities appearing on the proposal must be followed by the notation -- "a joint venture". In that instance, the proposal must also be signed by all joint venturers or the authorized agents of all joint venturers. Joint venture proposals must identify which person or firm that will act as lead person or firm. Any proposal from a joint venture that fails to meet the above requirements will be subject to rejection. c. In submitting a proposal and in entering into a contract in response to an RFP, a corporate entity may use its fictitious corporate name in addition to its legal corporate name, if the fictitious name is appropriately registered with the Iowa Secretary of State. Proposers are advised to exercise care in the use of any fictitious name for their firms. 3. Communication with Authority during RFP Process Upon issuance of this RFP, Proposers shall not communicate in any way with any Authority employee other than the contract manager regarding the terms or provisions of this RFP. Questions about this RFP are to be in writing and directed to the contract manager, and will be addressed in a written addendum to the RFP. 4. Authority's Response to Proposer Questions, Objections, and Requests for Clarification or Interpretation The Authority's contract manager will respond in writing to all inquiries presented to the Authority as provided in section 3, above. The Authority's written response will be directed to all known potential Proposers. Only the Authority's written responses will be considered to be the Authority's official response binding upon the Authority. In addition to making a written response, the Authority may issue addenda amending the RFP by changing or deleting the provisions of, or adding provisions to, the RFP. 5. Non-Collusion Affidavit Required. Any agreement or collusion among Proposers or prospective Proposers in restraint of freedom of competition by agreement to propose a fixed price or otherwise will render the proposals of such Proposers void. Proposers will be required to execute and submit with their proposals a Non-Collusion Affidavit in the form appended hereto as Attachment 1. Any disclosure by one Proposer to another Proposer of the 8

content of a proposal in advance of the submission of proposals will render the proposals of both Proposers void, and may at the discretion of the contract manager render the RFP proceedings void. 6. Proposals Not Confidential; Proposer Requests for Confidentiality under Iowa Open Records Law, Chapter 22 of Iowa Code; Disclosure of Proposal Content. Under Iowa Code chapter 22, "Examination of Public Records", all records of a governmental body are presumed to be public records, open to inspection by members of the public. Section 22.7 of the Iowa Code sets forth a number of exceptions to that general rule, establishing several categories of "confidential records". Under this provision, confidential records are to be kept confidential "unless otherwise ordered by a court, by the lawful custodian of the records, or by another person duly authorized to release such information". Among the public records that are considered confidential under this provision are the following: 1. Trade secrets which are recognized and protected as such by law. 2. Reports to governmental agencies which, if released, would give advantage to competitors and serve no public purpose. The Authority, as custodian of the proposal submitted in response to a Request for Proposals, may, but is not required to, keep portions of proposals confidential under exceptions 3 and 6 noted above. If a responding individual or company determines that a portion or portions of its proposal constitute a trade secret, or should otherwise be kept confidential to avoid giving advantage to competitors, a confidentiality request must be submitted with the proposal identifying which portion or portions of the proposal or bid should be kept confidential and why. The burden will be on each individual Proposer to make a confidentiality request and to justify application of a confidentiality exception to its proposal. The Authority will not under any circumstance consider the entire proposal to be a confidential record. If a request is made by a member of the public to examine a proposal including the portion or portions for which a confidentiality request has been made, the Authority may notify the Proposer and keep confidential that portion of the proposal covered by the confidentiality request pending action by the Proposer requesting confidentiality to defend its request. The Proposer requesting confidentiality may be given not more than five calendar days within which to file suit in Polk County District Court seeking the entry of a declaratory order or injunction to protect and keep confidential that portion of its proposal. Absent such action by a Proposer requesting confidentiality and the entry of a court order declaring such portion or portions of the proposal confidential, the entire proposal will be released for public examination. The Proposer shall indemnify the Authority for any fines, attorney s fees and court costs the Authority may incur or that be awarded against it as a result of complying with the Proposer's request for confidentiality. 9

7. Proposers to Provide Evidence of Ability to Obtain Insurance and Bond. Each Proposer shall provide evidence satisfactory to the Authority that it can obtain the required insurance coverages and bond. For this purpose, each Proposer shall submit with its proposal the certification form appended to this RFP as Attachment 3, in which the Proposer's insurance agent and/or bonding agent certifies that the Proposer can obtain the required insurance coverages and/or bond. Failure to submit the required certifications form will be grounds for rejection of the proposal. 8. Procedure for Evaluation and Recommendation as to Selection of Best Proposal. A. Competing proposals submitted in response to the RFP will be evaluated by Authority staff. The Authority staff will utilize the evaluation criteria and scoring methodology set forth in this RFP in making its determination as to the best proposal. B. Upon completing its evaluation and the scoring of competing proposals, a Notice of Intent to Award will be provided to all competing Proposers by mail, FAX or e-mail at least five days prior to the appeal deadline set forth in the Notice of Intent to Award. 9. Appeal of Authority Staff Recommendation A Proposer who is aggrieved by the Authority staff s determination and recommendation as to the selection of the best proposal, may appeal such determination and recommendation by filing a written objection to the Authority within the appeal deadline set forth in the Notice of Intent to Award. Such objections may be filed in person, by mail, or e-mail but must be received within the appeal deadline. In its written objection, the appealing Proposer shall set forth all of its objections to the Authority staff s recommendation and all arguments in support of its objections, and shall attach all documentation supporting its objections upon which it intends to rely. The Authority Board may, in its discretion, hear presentations by the appealing Proposer and by competing Proposers with respect to the appealing Proposer's objections. If the Authority Board agrees to hear presentations, it may limit their length and all Proposers will be given an equal opportunity to speak. The Authority Board's decision will be final. 10. Authority Board Consideration of Authority Staff Recommendation as to Best Proposal When the Authority staff s recommendation comes before the Authority Board for consideration, the Board may request that the recommended Proposer appear before the Board to give a presentation or to answer questions regarding its proposal. Competing Proposers will not be allowed to speak at that time unless a prior request has been made 10

and permission to speak granted, or unless an Authority Board member requests that the competing Proposer be allowed to speak and the Board consents to the request. 11. Rejection of Proposals. The Authority reserves the right to reject any or all proposals in whole or in part received in response to the RFP. The Authority will not pay for any information requested in the RFP, nor is it liable for any cost incurred by a Proposer in responding to the RFP. 12. Formation of Contract. A. The successful proposer(s) shall enter into a contract with the Authority on forms provided by the Authority. B. Upon the Authority's approval of the evidence of insurance submitted by the successful Proposer (if required by the RFP), and upon the Authority's legal representative's review of the form of contract executed by the Proposer, and of the performance bond submitted by the Proposer (if required by the RFP), the Authority Board Chairperson will execute the contract as directed by the Authority Board. 13. Proposal Obligations. The contents of this RFP, of a proposal submitted in response to this RFP, and of the Authority's official response to a question, objection, or request for clarification or interpretation regarding the RFP, and of any exception to the RFP submitted by the successful Proposer and accepted by the Authority, will become part of the contractual obligation and deemed incorporated by reference into the ensuing contract. 14. Disposition of Proposals. All proposals submitted in response to the RFP become the property of the Authority and will not be returned. 15. Assignment of Contract Prohibited Unless Approved in Writing by the Authority. No contract awarded pursuant to RFP is assignable without the prior written consent of the Authority. 16. Attachments. A. Attachment 1: Non-Collusion Affidavit B. Attachment 2: Des Moines Airport Authority Professional Services General Insurance & Indemnification Requirements 11

C. Attachment 3: Certification of Proposer s Insurance Agent Regarding Proposer s Ability to Obtain Required Insurance Coverage II. GENERAL TERMS AND CONDITIONS 1. Exclusive Contract. The contract that results from this Request for Proposals constitutes the exclusive contract between the parties and incorporates the provisions of these terms and conditions, and supersedes any previous agreements or contracts, either written or oral. The terms and conditions hereof may not be altered without prior written consent of both parties. 2. Assignment. Successful Proposers may not assign contracts or purchase orders to any party (including financial institutions) without written permission of the Executive Director of the Authority or his/her designee. 12

ATTACHMENT No. 1 NON-COLLUSION AFFIDAVIT The Proposer herby certifies under penalty of perjury: 1. That this proposal is not affected by, contingent on, or dependent on any other proposal submitted for any improvement for the Des Moines Airport Authority; and 2. That no individual employed by the Proposer was paid or will be paid by any person, corporation, firm association, or other organization for soliciting the proposal, other than the payment of their normal compensation to persons regularly employed by the Proposer whose services in connection with the making of this proposal were in regular course of their duties for the Proposer; and 3. That no part of the compensation to be received by the Proposer was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the proposal, other than the payment of their normal compensation to persons regularly employed by the Proposer whose services in connection with the making of this proposal were in the regular course of their duties for the Proposer; and 4. That this proposal is genuine and not collusive or sham; that the Proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any other proposer or person, to put in a sham proposal or to refrain from making a proposal, and has not in any manner, directly or indirectly, sought, by agreement or collusion, or communication or conference, with any person, to fix the proposal price of Proposer or any other Proposer, or to otherwise restrain freedom of competition, and that all statements in this proposal are true: and 5. That the individual executing this proposal has the authority to execute this proposal on behalf of the Proposer. Proposer Signature By Name (print/type) Title Street Address City, State, Zip Code 13

ATTACHMENT No. 2 DES MOINES AIRPORT AUTHORITY PROFESSIONAL SERVICES - GENERAL INSURANCE & INDEMNIFICATION REQUIREMENTS 1. GENERAL The Consultant shall purchase and maintain insurance to protect the Consultant and AUTHORITY throughout the duration of the Agreement. Said insurance shall be provided by insurance companies admitted or nonadmitted to do business in the State of Iowa having no less than an A. M. Best Rating of B+. All policies, except professional liability, shall be written on an occurrence basis and in form and amounts satisfactory to the AUTHORITY. Certificates of Insurance confirming adequate insurance coverage shall be submitted to the AUTHORITY prior to Agreement execution or commencement of work and/or services. 2. INSURANCE REQUIREMENTS A. WORKER S COMPENSATION & EMPLOYER S LIABILITY INSURANCE: The Consultant shall procure and maintain Worker s Compensation Insurance, including Employer s Liability Coverage, both written with State of Iowa statutory limits. Waiver of Subrogation in favor of the AUTHORITY is required. B. COMMERCIAL GENERAL LIABILITY INSURANCE: The Consultant shall procure and maintain Commercial General Liability insurance on an occurrence basis with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit covering Personal Injury, Bodily Injury and Property Damage. Coverage shall include: (a) Contractual Liability, (b) Premises and Operations, (c) Products and Completed Operations, (d) Independent Contractors Coverage, (e) Personal and Advertising Injury and (f) Explosion, Collapse and Underground- XCU (when applicable). Waiver of Subrogation in favor of the AUTHORITY is required. Coverage shall be no less comprehensive and no more restrictive than the coverage provided by ISO standard Commercial General Liability Policy form ISO CG 0001 including standard exclusions or a non-iso equivalent form. C. PROFESSIONAL LIABILITY INSURANCE: The Consultant shall procure and maintain Professional Errors and Omissions Insurance with limits not less than $1,000,000 per claim and in the aggregate. D. CONTRACTUAL LIABILITY: The General Liability Insurance policy shall include Contractual Liability coverage equivalent to that included in ISO standard form CG 0001. The AUTHORITY shall not be included as an Additional Insured on either policy. 14

E. CANCELLATION & NONRENEWAL NOTIFICATION ENDORSEMENT: The General Liability Insurance and Professional Liability Insurance policies shall be endorsed to provide the AUTHORITY with no less than thirty (30) days Advance Written Notice of Cancellation, forty-five (45) days Advance Written Notification for Nonrenewal and ten (10) days Written Notification of Cancellation due to non-payment of premium. Written notifications shall be sent to: Des Moines Airport Authority, Executive Director, 5800 Fleur Drive, Des Moines, Iowa 50321. F. WAIVER OF SUBROGATION: To the fullest extent permitted by law, Consultant hereby releases the AUTHORITY, including its appointed officials, agents, employees and volunteers and others working on its behalf, from and against any and all liability or responsibility to the Consultant or anyone claiming through or under the Consultant by way of subrogation or otherwise, for any loss without regard to the fault of the AUTHORITY or the type of loss involved including loss due to occupational injury. This provision shall be applicable and in full force and effect only with respect to loss or damage occurring during the time of this Agreement. The Consultant s Workers Compensation Insurance and General Liability Insurance policies shall contain either a policy provision or endorsement affirming the above stated release in favor of the AUTHORITY including its appointed officials, agents, employees and volunteers, and other working on its behalf. G. PROOF OF INSURANCE: The Consultant shall provide to the AUTHORITY Certificates of Insurance evidencing all insurance coverage as required in paragraphs A through F above utilizing the latest version of the ACORD form. The Certificate(s) of Insurance shall specify the Title of the Agreement under Description of Operations/Locations/Vehicle/Special Items.. A Copy of the Cancellation and Nonrenewal Notification Endorsement shall be submitted with the Certificates of Insurance. Mail Certificates of Insurance to: Executive Director, Des Moines Airport Authority, 5800 Fleur Drive, Des Moines, Iowa 50321. H. AGENTS, SUBCONSULTANTS AND SUBCONTRACTORS: The Consultant shall require that any of its agents, subconsultants and subcontractors who perform work and/or services on behalf of the Consultant purchase and maintain the types of insurance customary for the services being provided. 3. INDEMNIFICATION REQUIREMENTS For purposes of this Section 3, the term AUTHORITY means the Des Moines Airport Authority and its appointed officials, agents, employees, volunteers, and others working on its behalf. For other than professional services rendered, to the fullest extent permitted by law, Consultant agrees to defend, pay on behalf of, indemnify, and hold harmless the AUTHORITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith including, but not limited to, attorneys fees and court costs that may be asserted or claimed against, recovered from or suffered by the AUTHORITY by reason of any injury or loss including, but not limited to, personal injury, bodily injury including death, property damage including loss of use thereof, and economic damages that 15

arise out of or are in any way connected or associated with Consultant s work or services under this Agreement, including that of its officers, agents, employees, subconsultants, subcontractors and others under the control of Consultant, except to the extent caused by or resulting from the sole negligence of the AUTHORITY. For professional services rendered, to the fullest extent permitted by law, Consultant agrees to pay on behalf of, indemnify, and hold harmless the AUTHORITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith including, but not limited to, attorneys fees and court costs and economic damages that may be recovered from or suffered by the AUTHORITY that arise out of any negligent act, error or omission of the Consultant including that of its officers, agents, employees, subconsultants, subcontractors and others under the control of Consultant. Consultant s obligation to indemnify the AUTHORITY contained in this Agreement is not limited by the amount or type of damages, compensation or benefits payable under any workers compensation acts, disability benefit acts, or other employee benefits acts. The AUTHORITY shall not be liable or in any way responsible for any injury, damage, liability, claim, loss or expense incurred by Consultant arising out of or in any way connected or associated with Consultant s work or services under this Agreement, including that of its officers, agents, employees, subconsultants, subcontractors and others under the control of Consultant, except to the extent caused by or resulting from the sole negligence of the AUTHORITY. Consultant expressly assumes responsibility for any and all damage caused to AUTHORITY property arising out of or in any way connected or associated with Consultant s work or services under this Agreement, including that of its officers, agents, employees, subconsultants, subcontractors and others under the control of Consultant. Consultant shall ensure that its activities on AUTHORITY property will be performed and supervised by adequately trained and qualified personnel and Consultant will observe all applicable safety rules. 16

ATTACHMENT No. 3 Certification of Proposer s Insurance Agent Regarding Proposer s Ability to Obtain Required Insurance Coverage I hereby certify that my client, as identified below, will be able to meet all of the insurance requirements of Attachment 2, has been advised of any additional costs associated with doing so, and has agreed to obtain such coverages if selected as the successful proposer of the RFP to which my client has responded: Legal Name of Proposer: Name/Address/Phone/FAX # of Insurance Agency: Phone FAX Name of Agent/Broker (Print): Signature of Agent/Broker: Date of Signature: Signature and stamp of Notary Republic 17