REQUEST FOR PROPOSALS Northwestern Regional Airport Commission

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

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

RFP GENERAL TERMS AND CONDITIONS

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

AIRCRAFT TIE-DOWN LICENSE AGREEMENT

COUNTY OF PRINCE EDWARD, VIRGINIA

Phoenix Mesa Gateway Airport Authority AIRCRAFT HANGAR /PARKING SPACE RENTAL AGREEMENT - Aircraft Owners -

Telemetry Upgrade Project: Phase-3

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

FOR HIRE VEHICLE OPERATING AGREEMENT BETWEEN SPOKANE AIRPORT AND

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

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

SECTION IV CONTRACT BID NUMBER

LICENSE AGREEMENT. THIS LICENSE AGREEMENT is made and entered into as of this, by and between ( Licensee ) and the Sonoma County Office of Education

Services Agreement for Public Safety Helicopter Support 1

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

METROPOLITAN AIRPORT AUTHORITY OF PEORIA REQUEST FOR PROPOSALS FOR TREE TRIMMING/CLEARING SERVICES. for the

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

SUU Contract for Workshops and Entertainment

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

SPECIAL PROVISION Legal Relations and Responsibilities

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Sacramento Regional Solid Waste Authority (SWA)

NAME OF COMPANY: Please list the full and complete official corporate name to be used in print materials.

ANNEX A Standard Special Conditions For The Salvation Army

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

Application Requirements This Application will not be processed unless all required information is provided.

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

MASTER MEMORANDUM OF UNDERSTANDING

INVITATION TO BID FIREWORKS

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Mountain Storage Management, LLC dba Miller Storage, Grand Central Storage, Highway 34 Storage, The Fort Storage, Red Mountain Storage, Sub Lessor

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

AGREEMENT FOR TRANSPORTATION SERVICES

HANGAR RENTAL AGREEMENT

Request for Qualifications

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

INVITATION TO BID (ITB)

All vendors will be required to bring their own tables, chairs, tents, etc. The Vendor hours are:

ITHACA COLLEGE. AGREEMENT FOR Motor Coach and Bus Transportation

Terms and Conditions. Last Updated 16/05/2017. newcastle.edu.au/myevent

Town of Highlands Board Approved as of May 17, 2012

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015.

PROPOSAL FOR STREET SWEEPING SERVICES

MAISON MANAGERS, INC. Florida PRODUCER AGREEMENT

BUILDING SERVICES AGREEMENT

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

OGC-S Owner-Contractor Construction Agreement

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

SECTION SUPPLEMENTARY CONDITIONS

Request for Proposal Public Warning Siren System April 8, 2014

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

I am looking forward to working with you. If you have any questions, please send them to

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

EXHIBIT G. Insurance Requirements. [with CCIP]

property and life insurance; and insurance covering Participants vehicle in the Rally.

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

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

Voyages Privacy Policy

STAFF LEASING AGREEMENT

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

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

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

ISABELLA COUNTY PARKS STANDARD FACILITIES USE AGREEMENT

TCL&P Facilities HVAC Improvements (specifications attached)

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

WORKFORCE INVESTMENT ACT ON-THE-JOB TRAINING ( OJT ) MASTER AGREEMENT. Employer: Address City/State/Zip. Attention:

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

SERVICE CONTRACT BETWEEN SPOKANE AIRPORT AND

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

Transcription:

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission I. Introduction The Northwestern Regional Airport Commission (NRAC) is requesting bids for LAW ENFORCEMENT OFFICER SERVICES for the Cherry Capital Airport at 727 Fly Don t Drive, Traverse City, MI 49686. II. Intent NRAC is seeking a (5) five year contract for Law Enforcement Officer Services (LEO) at the Cherry This service will begin on April 1, 2018. This service is required for one LEO to be on duty 17 hours a day, seven days a week from 4:00 A.M. until 30 minutes after the last airline departure. These times may change based upon flight activity. Please indicate the per hour charge. The yearly estimated total hours of work are 6,205. Please indicate the hourly charge for year one, two, three, four, and five. The NRAC will pay overtime rates for any hours worked beyond the 17 hours per day schedule. The NRAC will only pay for hours worked. III. On-site Inspection A mandatory on-site inspection will be held on Wednesday, January 31, 2018 at 11:00 A.M. at the Cherry Capital Airport Administration Office. IV. Performance Specifications Contractor shall provide training for all persons assigned to the NRAC under this agreement, and said training shall be consistent with all standards of its industry. Further, the Contractor hereby agrees to review its training methods with the NRAC periodically during the course of this agreement, and shall provide additional training, if necessary, and to comply with requirements established by NRAC, the Federal Aviation Administration (FAA) and the Transportation Security Administration (TSA) in order to carry forward and perform the services required. Each LEO employed by the contractor in the performance of this agreement shall meet the requirements established in all airport security directives issued by the Transportation Security Administration, including, but not limited to, the following: Provide an armed deterrence to criminal activity at the Cherry

Respond to situations where an individual is interfering with the activities of the screening checkpoint(s) located at the Cherry Take appropriate action if a violation of the law occurs. When requested by an on-duty screener employed by the TSA, assist in preventing prohibited items from entering the sterile area as defined at the Cherry Provide for the overall security of the screening checkpoint as defined in the Airport Security Program (ASP) at the Cherry Take control of illegal items that are discovered at the checkpoint(s) and checked baggage screening area. Determine whether the credential and badge presented by an armed federal, state, or local law enforcement officer, or an armed security company employee, appears to be issued by the appropriate organization, including the review of designated credentials when presented at the screening checkpoint. Take appropriate action in accordance with local law enforcement policy when the LEO determines that the credential and/or badge presented do not appear to be properly designated or officially issued. Meet all required TSA standards for law enforcement officer flexible response time applicable to the security checkpoint(s) at the Cherry Capital Airport as those standards are determined to apply by the Federal Security Director appointed by TSA to administer LEO services for the Cherry Capital Airport Patrol the terminal building and airport property within a five minute brisk walk of the security checkpoint(s) located at the Cherry Be able to take control of illegal items discovered throughout the building. Be able to take control of situations concerning improvised explosive devices (i.e. IED). Personnel must be trained in handling sensitive security information. Search vehicles entering the air carrier ramp for vehicle explosives. Verify the vehicle operator and all passengers have proper

identification. Verify that all occupants have valid access to service area. Prohibit pedestrian traffic onto the air carrier ramp. Search persons and their property that voluntarily submit to the search per security directives. Respond to all door alarms as alerted by the security system. Monitor curbside activity to ensure stopping is limited to immediate loading and unloading. Ensure that no vehicles are left unattended. Assist with the issuing of traffic tickets as determined by the Airport Director for the NRAC. The contractor will provide a vehicle to be used to travel out to gates entering the air carrier ramp. Personnel must be able to perform the job tasks as assigned while maintaining a high standard of public relations. The personnel in this position must interface with the public in a professional and positive manner. Provide seamless replacement coverage for illness, tardiness, etc.; also describe method used for availability. Provide own office supplies (computer, printer, paper for reports, pens, etc...) Provide own two way handheld VHF radio. Personnel must pass a criminal history records check and TSA security threat assessment check. Personnel must assist airport operations with emergency situations. V. Cancellation of the Contract VI. NRAC reserves the right to terminate the services provided under the agreement with sixty (60) days written notice. The contractor reserves the right to terminate its services provided under this agreement with sixty (60) days written notice to the NRAC. Insurance The contactor shall maintain insurance with companies approved to do business in the State of Michigan for the protection of the NRAC, Grand Traverse County, and Leelanau County and naming it as an additional

insured against claims, losses, costs or expenses arising out of injuries or deaths of persons whether or not employed by the contractor; or against claims, losses, costs or expenses arising from damage to property, whether resulting from the acts or omissions, negligence or otherwise of the contractor or any of its agents, employees, patrons or other persons, and growing out of the use of the said airport premises by the contractor. Such policies shall provide for a liability limit on account of each accident resulting in the bodily injury or death to one person of not less than One Million ($1,000,000.00) Dollars; a liability limit on account of each accident resulting in bodily injury or death to more than one person of not less than One Million ($1,000,000.00) Dollars; and a liability limit for each accident resulting in property damage of not less than One Million ($1,000,000.00) Dollars. If by reason of changed economic conditions the insurance amounts referred to above become inadequate, the contractor agrees to increase the amounts of such insurance promptly upon NRAC s request. The Contractor shall indemnify and hold the NRAC free and harmless from any and all liability, claims, loss, damage, or expenses including reasonable attorney fees, arising by reason of any death, injury, or property damage sustained by any person, including the contractor or any agent or employee of the contractor, where such death, injury, or property damage is caused or allegedly caused by any negligent or intentional act of the contractor or any guest, licensee, or invitee of the contractor. The contractor shall further maintain such other insurance and in such amounts as may from time to time be reasonably required by the NRAC against other insurable hazards which at the time are commonly insured against in the case of premises similarly situated. The contractor shall furnish evidence to the NRAC of the continuance of said policies by depositing a certificate of insurance evidencing that the insurance requirements are met along with an endorsement providing that the NRAC is an additional insured. Said policies shall be so worded as to insure thirty (30) day notice of cancellation to the NRAC. Said policies shall also be subject to the approval of the NRAC. The contractor further agrees that a waiver of subrogation clause shall be incorporated into and made a part of said insurance policies to the extent it can be accomplished without prejudice to the contractor rights. The contractor shall furnish to the NRAC satisfactory evidence that it carries Worker s Compensation Insurance in accordance with the laws of the State of Michigan. VII. Bid preparation and response To be considered, bids must be received in the Airport Administration Office 727 Fly Don t Drive, Traverse City, MI 49686 no later than Wednesday, February 14, 2018 at 11:00 A.M.

VIII. Bid Selection It is the policy of the Northwestern Regional Airport Commission to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. The Northwestern Regional Airport Commission will not be obligated to take the lowest bid. The bid will be awarded based on qualifications to perform the tasks requested. The Airport Commission reserves the right to refuse any and all proposals. The Northwestern Regional Airport Commission will take action on the award of the bid at the February, 2018 regularly scheduled Commission meeting. Bidders must be able to meet all bid requirements to begin service on April 1, 2018. IX. Right to Request Additional Information The NRAC reserves the right to request any additional information that it may deem necessary after the bid has been received. NRAC reserves the right to require a presentation by the bidder to staff and/or commissioners. X. No Reimbursement for bid costs. NRAC will not pay for any information solicited or obtained. Further, the NRAC will not be liable for any costs incurred in bid preparation or contract negotiation. XI. Signatures, Late Bids, Faxed Bids, E-Mailed Bids, Questions Each bid must be signed by a person authorized to sign contracts on the behalf of the agency. The name of the person signing must be followed by title. Late bids will not be accepted. Faxed bids will not be accepted. E-Mailed bids will not be accepted. Questions relating to this bid or the bidding process should be in writing and directed to: Dan Sal, C.M. Assistant Director of Operations and Maintenance 727 Fly Don t Drive Traverse City, MI 49686