The words you are searching are inside this book. To get more targeted content, please make full-text search by clicking here.

2 ADDENDUM #1 Subject: FAC-2014-002 Elevator/Escalator Preventive Maintenance and Repair Services Due: July 22, 2014 at 2:00pm 1. The Authority will be providing a ...

Discover the best professional documents and content resources in AnyFlip Document Base.
Search
Published by , 2016-01-20 00:03:03

Cindy Collins - Columbus Regional Airport Authority

2 ADDENDUM #1 Subject: FAC-2014-002 Elevator/Escalator Preventive Maintenance and Repair Services Due: July 22, 2014 at 2:00pm 1. The Authority will be providing a ...

NOTICE OF ADDENDUM
ADDENDUM #1

July 1, 2014

Subject: FAC-2014-002 Elevator/Escalator Preventive Maintenance and Repair Services

Due: July 22, 2014 at 2:00pm

Dear Sir or Madam:

The Columbus Regional Airport Authority hereby issues addenda to the subject
solicitation. Unless otherwise stated, your response shall be considered as
including this addendum.

Should you have any questions or need additional information, please contact
me, Cindy Collins, at [email protected]. Thank you for your
interest in doing business with the Columbus Regional Airport Authority.

Sincerely,

Cindy Collins

Cindy Collins, CPPB
Procurement Specialist
Office of Contract and Procurement

cc: file

ADDENDUM #1
Subject: FAC-2014-002 Elevator/Escalator Preventive Maintenance and Repair Services
Due: July 22, 2014 at 2:00pm

1. The Authority will be providing a non-mandatory limited equipment “tear

down” inspection on July 9, 2014 and July 11, 2014 from 9 -11 am. The
same pieces of equipment will be available for inspection on both days.
Attendance is voluntary; however proposers shall comply with and be
responsible for the information discussed regardless of whether or not they
attend. Attendees shall meet at the Columbus Regional Airport Authority
Administrative Offices (Baggage Claim Level), 4600 International Gateway,
Ohio 43219. If planning to attend either of these inspections, please notify
Cindy Collins at [email protected] by July 7, 2014.

2. Schedule of Key Milestone Events has been modified as follows:

The date to submit questions has been extended until Monday July 14, 2014 at
10:00 AM. Questions can be submitted prior to this date. Questions received
after this date and time will not be answered.

The proposal submission date in relation to this RFP has been extended until
Tuesday July 22, 2014 at 2:00.

3. The following attachments have been included as a portion of this

Addendum:
1) Pre-Proposal Conference and Facility Tour Agenda
2) Pre-Proposal Conference Attendance Sheet
3) Elevator/Escalator Diagrams (Rickenbacker International Airport)

4) Airport Contract Security Procedures for Rickenbacker International

Airport

2

 

Elevator/Escalator Preventive Maintenance and Repair Services Pre‐Proposal Conference 

and Tour 

 

June 26, 2014 9:30 AM 

 

 

Agenda  Notes

Welcome and Introduction of Project Team

Project Schedule Overview

Proposal Submittal Requirements
Insurance Requirements
Irrevocable Letter of Credit Requirement

Project Overview

Questions

Facility Tour

 
 
 

 
 







SC-09 AIRPORT CONTRACT SECURITY PROCEDURES
(RICKENBACKER INTERNATIONAL AIRPORT)

When contractors need to work within the Airport Operations Area (AOA) or secure areas, they
must comply with the Airport’s security program. This procedure describes the security program
for contractors. The Columbus Regional Airport Authority reserves the right to amend its
security program at any time.

General Security Rules

1. It is the responsibility of the Airport to control access to restricted areas of the Airport.
2. Temporary fencing or other access control measures may be required for construction

projects within the AOA.
3. Allowing an unauthorized person into a restricted area or onto the AOA is a serious

violation of the Airport’s security procedures.
4. The Transportation Security Administration (TSA) may monitor and test the security at

the Airport. These inspections may come at any time and are usually without notice.
Violations of these security procedures can result in a civil penalty and/or loss of
access privileges.
5. If the Airport is assessed a civil penalty due to a security violation caused by a
contractor, his employees or sub-contractors, the penalty will be passed on to the
contractor.
6. The contractor shall not park any vehicles, or store any construction
equipment/materials within ten feet of the AOA perimeter fence.
7. Equipment staging will be coordinated with Airport Project Coordinator and Airport
Operations office.
8. It is the prime contractor’s responsibility to inform all of his employees and sub-
contractors of all security rules.

Badging Procedures (Contact the Security/ID Office 614-409-3629)

Contractor badges allowing unescorted access will be issued only when there is a necessity
for an individual, or group, to work unescorted in the AOA or restricted area of the Airport.

In order to receive a contractor’s badge, the following steps must be carried out regardless of
what type of access is needed.

1. Written notification from the Authority project sponsor notifying the Airport Operations
Office of an upcoming project and required contractor access is required prior to
scheduling the badging process.

2. A letter from the contractor, on company letterhead, is to be provided to the Airport
Operations Office. This letter should indicate the project and the Authority project
sponsor.

3. All contractor applicants must submit to a FBI Criminal Records History Check (CHRC).
Please contact the Security/ID Office at 614-409-3629 to schedule a fingerprint
appointment to complete the CHRC.

4. A one hundred sixteen dollar ($116.00) charge is place on every badge requested.
This fee is composed of a $60.00 refundable deposit, and a $56.00 non-refundable fee.
Payment is required at the time of fingerprinting. Check or money order only, please,
made out to CRAA.

5. Each individual requesting an Airport-Issued identification badge must complete an ID

application and access agreement with appropriate Authorized Signatures.
6. At the time of fingerprinting, two forms of identification must be presented with one ID

containing a photo. Of the two identifications required, one must be issued by a
government authority (i.e. driver’s license) and the other can be anything else with the
applicant’s name on it (i.e. Social Security card, credit card, etc.). If driving is
requested, a valid driver’s license must be shown.

The company and the Authority sponsor will be notified when the applicant’s CHRC results are
received. After the company has been notified, the applicant must schedule an appointment
to receive the required training and badge within 30 days. After 30 days from notification,
the fingerprint results will expire and the process must start over.

Identification badges remain the property of the Columbus Regional Airport Authority and
must be returned to the Airport Operations Office within 5 days of the termination of a
contract or the completion of a project at Rickenbacker International Airport. If any badged
individual leaves employment, the Security/ID Office must be notified immediately at 614-
409-3629. Additionally, if any badged individuals lose their badge, has the badge stolen, or
the badge is destroyed, they must contact the Security/ID Office at 614-409-3629 or the
CRAA Communications Center at 614-239-4029. A replacement fee, as posted on the
application, will be assessed if the badge needs to be replaced.

All prime contractors shall assign a Contractor’s Representative(s) to be on site daily and in
charge of the project. The Contractor(s) Representative must have a valid Airport ID Badge
to oversee the project and provide escort for the contractor’s employees and sub-contractors
who are not badged (See Escorting Procedures)

Vehicles

There must be a true necessity for contractors to drive unescorted. The applicant will also be
required to take and successfully pass Driver’s Training in the Airport Operation’s Office. The
contractor must agree to comply with the rules and regulations and maintain the minimum
insurance requirements as established by the Columbus Regional Airport Authority.

1. Vehicles accessing the AOA shall display a flashing or rotating amber beacon or orange
and white checkered flag and will prominently display their company logo on the driver
and passenger doors or be escorted by a properly marked and equipped vehicle.
a. Company logos are to be no less than 12”x12”.
b. Logos can be magnetic, printed or pasted on, but must be commercially made.

2. A list of vehicles requiring access must be submitted to Airport Operations. This list
must include make, model, and license plate number of each contractor vehicle.

3. Proof of insurance is required for each vehicle in accordance with CRAA policies.
Vehicles driving in the Non-Movement area of the AOA must have a minimum of 5
million dollars liability and for driving in the Movement area of the AOA a minimum of
10 million dollars liability. The Columbus Regional Airport Authority must be listed as
additionally insured on the policy.

4. Only those vehicles that are essential for the job will be authorized to have access;
vehicles for the sake of convenience will not be permitted. No personal vehicles will be
parked within the AOA.

5. Vehicles must be confined to the construction work limits. A pre-approved access
route to the work site will be coordinated with Airport Operations.

Escorting

1. It is the contractor’s responsibility to provide escort services for all employees, sub-
contractors, and vendors/suppliers requiring access to the construction site.

2. The individual providing the escort will possess an Airport ID Badge and must stay
within visual and verbal control of the escorted individual. The individual providing
escort must be familiar with the Airport Rules and Regulations and the Vehicle Drivers
Manual.

Issuance of Keys

1. Contractors requesting keys to a vehicle gate or personnel gate for the purpose of
accessing the AOA must be authorized and approved in advance. AOA perimeter gate
key (Intellikey) require a ninety dollar ($90.00) deposit per key. This fee is composed
of a $20.00 non-refundable processing fee, and a $70.00 refundable deposit, following
return of the key.

2. Locks and/or keys will only be issued to the Contractor’s Representative who possesses
an Airport ID Badge. Issuance of locks and/or keys will be kept to a minimum.

3. DUPLICATION OF KEYS IS STRICTLY PROHIBITED. Anyone found with a
duplicated key may be subject to fines and/or loss of Airport issued identification and
access privileges.

Challenging

1. The Airport security program requires all personnel with authorized unescorted access
to challenge anyone in the AOA or restricted areas who does not display a valid Airport
ID Badge or not under escort. An individual without a valid Airport ID Badge will be
considered unidentified.

2. Badged personnel will challenge unidentified individuals in person or by contacting the
CRAA Communications Center at 614-239-4029.

3. Unidentified individuals should be escorted from the premises or kept under
surveillance until Airport Authority personnel arrive with support.

Special Situations

1. Failure to comply with the above rules or to help others bypass the system will
seriously compromise security at the Airport and subject you to possible criminal
prosecution.

2. Whenever any questions of Airport security arise, Airport Operations should be
immediately notified.

EMERGENCY AND SECURITY CONTACT NUMBERS

CRAA Airport Communications Center 614-239-4029

CRAA Airport Communications Center (Emergencies) 614-238-7800

Rickenbacker Airport Operations Office 614-492-2436

Rickenbacker Security/ID Office 614-409-3629


Click to View FlipBook Version