response due date and time · 2019. 5. 28. · form revised 2/6/2019 page 3 of 37 solicitation...
TRANSCRIPT
-
ONE (1) HARDCOPY ORIGINAL AND ONE (1)
ELECTRONIC COPY (FLASH DRIVE) MUST BE SUBMITTED
SOLICITATION #HR-2019-016
FIXED BASED OPERATIONS (FBO) STAFF AUGMENTATION SERVICES
FOR
OPERATIONS AND ASSET MANAGEMENT DIVISION
Response Due Date and Time
JUNE 21,2019 @ 2:00 PM
Response Submitted By: Company Name
Street Address
City State Zip
Contact Person Phone No. DBP/E?
Yes No
E-Mail
Address:
Web Site
Address:
FAILURE TO RESPOND MAY RESULT IN REMOVAL FROM CRAA POTENTIAL SOURCE LIST. RETURNING THIS PAGE ONLY MARKED “DECLINED” COUNTS AS A RESPONSE.
-
Request for Proposals (RFP) # HR-2019-016 FIXED BASED OPERATIONS (FBO) STAFF AUGMENTATION SERVICES
This Solicitation consists of a request for proposal and a draft contract.
SOLICITATION TABLE OF CONTENTS
SOLICITATION NOTICE ..................................................................................................... 3 INFORMATION FOR RESPONDENTS ..................................................................................... 4 NON-COLLUSION AFFIDAVIT ............................................................................................. 6 BID/PROPOSAL BOND ....................................................................................................... 7 TECHNICAL SPECIFICATIONS ............................................................................................ 9 1.0 SCOPE AND CLASSIFICATION ................................................................................. 9
2.0 APPLICABLE PUBLICATIONS .................................................................................... 9
3.0 REQUIREMENTS .................................................................................................. 10
4.0 EVALUATION CRITERIA ........................................................................................ 31
5.0 PROPOSAL SUBMITTAL REQUIREMENTS ................................................................. 33
6.0 NOTES ............................................................................................................... 34
APPENDIX A - PRICE PROPOSAL FORM .............................................................................. 37 EXHIBIT E – IRREVOCABLE LETTER OF CREDIT .................................................................. 37 DRAFT PROFESSIONAL SERVICES AGREEMENT
SCHEDULE OF KEY MILESTONE EVENTS
DATES DESCRIPTIONS May 28, 2019 POSTING DATE June 7, 2019 @10:30 AM PRE-BID MEETING
June 14, 2019 @ 10:00 AM QUESTIONS CUTOFF DATE/TIME June 21,2019 @ 2:00 PM RESPONSE DUE DATE/TIME
June 28, 2019 EVALUATION RESULTS* July 1, 2019 RECOMMENDATION * July 15, 2019 CONTRACT APPROVAL AND EXECUTION *
August 1, 2019 DELIVERED COMPLETE
*DATES SUBJECT TO CHANGE
-
Form Revised 2/6/2019 Page 3 of 37
SOLICITATION NOTICE
FIXED BASED OPERATIONS (FBO) STAFF AUGMENTATION SERVICES
HR-2019-016
Sealed responses will be received by the Columbus Regional Airport Authority (CRAA) at its offices located at
4600 International Gateway, CRAA Administration offices, Baggage Claim Level, John Glenn Columbus International Airport Terminal, Columbus, Ohio 43219 until June 21,2019 @ 2:00 PM local time, for HR-2019-16 FBO Staff Augmentation Services. The solicitation document is posted on the CRAA website www.columbusairports.com. Any addenda issued shall be posted on the same website. The solicitation document may be printed from the website. Please note that addenda will be posted to the CRAAWebsite www.columbusairports.com ONLY. Respondents are responsible for obtaining addenda.
Proposal responses shall conform to the solicitation document requirements. In addition the entire solicitation documentation and addenda are hereby incorporated by reference.
The CRAA is not responsible for late mail or late deliveries. Responses received after the due date and time shall be returned to the respondent at their expense, if shipping account information is provided. If no information is evident, the response shall be destroyed, and only a copy of the sealed envelope with time
stamp shall be retained on file. Note: All responses shall be received as hard copy in sealed envelopes that are marked as:
Note that NO facsimile, or other electronic form of response is acceptable to the Authority.
It is the policy of the CRAA that Diversity Business Partner (DBP) organizations shall have the maximum opportunity to participate in the provision of services as outlined in this request. A business entity recognized as a Disadvantaged Business Enterprise (DBE); Women Business Enterprise (WBE); Minority Business Enterprise (MBE); Small Business Enterprise (SBE); or Encouraging Diversity, Growth and Equity (EDGE) certified Business Enterprise. Bidders shall make a good faith effort to obtain DBP participation in accordance with the goals established by the Authority. For questions regarding the DBP Program, contact Business Diversity at [email protected].
The Columbus Regional Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Questions regarding the work or specifications shall be directed in writing to Office of Contracts & Procurement at [email protected] or fax 614-239-3183. The cut off date for all questions is June 14, 2019 @ 10:00 AM. Questions received after this date and time will not be answered. PRE-BID MEETING A pre-bid meeting will be held at Rickenbacker International Airport at 10:30 am, on
June 7, 2019 at Rickenbacker International Aiarport at 7250 Star Check Drive, in Conference Room C-2, on the Second Floor, Columbus, Ohio 43217. The non-public facilities will be included in the Airport tour described above. The purpose of the pre-bid meeting will be to discuss the requirements and objectives of this Solicitation. CRAA representatives will be available to answer questions. Attendance at the pre-bid meeting is voluntary; however proposers shall comply with and be responsible for the specifications and information discussed at the conference regardless of whether or not they attend.
CRAA - OFC. OF CONTRACT AND PROCUREMENT ADMIN OPS-2019-16 FBO STAFF AUGMENTATION SERVICES 4600 INTERNATIONAL GATEWAY COLUMBUS, OH 43219
DUE: JUNE 21,2019 @ 2:00 PM
http://www.columbusairports.com/http://www.columbusairports.com/mailto:[email protected]:[email protected]
-
Form Revised 2/6/2019 Page 4 of 37
INFORMATION FOR RESPONDENTS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS
1. TERMS OR SUPPLEMENTAL CONDITIONS Terms or supplemental conditions included in the
technical specifications of the RFP and the Professional Service Agreement, if inconsistent with provisions included in this "Information for Respondents" Section, shall take precedence over any provisions in "Information for Respondents” in the order listed above.
2. CHANGES AND ADDENDA TO RFP DOCUMENT Each change or addenda issued in relation to this document will be posted to the CRAA website at www.columbusairports.com not less than three working days prior to the scheduled RFP due date.
All potential respondents shall be responsible for checking the website to retrieve any addendum. Total RFP inquiry, postponement, or cancellations may be posted later than the time specified above. 3. ACCEPTANCE AND REJECTION Any response submitted by the respondent to the
CRAA will be accepted or rejected within a period of 180 days from due date. The CRAA reserves the right to waive any informality or irregularity in any Proposal, to negotiate for the modification of any Proposal(s), to accept the Proposal(s) that in the Authority’s sole judgment is/are deemed the most
desirable and advantageous to the Authority, to reject any and all Proposals, or to re-advertise for Proposals, to such extent as the Authority, in its
sole opinion, deems necessary or desirable. If more than one service is requested, each service may be considered a separate offer. The CRAA reserves the right to award an agreement on each
service separately, on all services as a whole or any combination thereof. Respondents whose responses are presented on an "All or None" basis must clearly state such fact in their written responses. Any Proposal that is incomplete, conditional, ambiguous, and obscure or contains additions or alterations not called for, or
irregularities of any kind, may be rejected for such reason or reasons. The CRAA is not liable for any cost associated with the preparation of the proposal or any other costs
incurred by any respondent prior to the execution
of the agreement. The rejection of any response, in whole or in part, by the Authority, will not render the CRAA liable for incurring any cost or damage. All material submitted in response to this Request for Proposals becomes the property of the Authority. The CRAA may choose to retain, return
(at the respondent’s expense) or dispose of these materials. 4. SIGNATURE REQUIRED The responses must be signed. If the respondent is
a firm or corporation, insert the corporate name followed by the signature of a person authorized
to sign the response; if a partnership, indicate partnership name followed by the signature of one of the partners; if a sole proprietorship the signature of the owner is required. 5. WITHDRAWAL OF RESPONSES
Respondents may withdraw their responses at any time prior to the time specified in the solicitation as the closing time for the receipt of responses. However, no respondent shall withdraw or cancel a response for a period of 180 calendar days after the advertised closing time for the receipt of responses.
6. RESPONDENTS TERMS AND CONDITIONS Terms and conditions, submitted with the response, which are contrary to CRAA policies, procedures, or this solicitation document, shall be disregarded for the purpose of any subsequent agreement. The successful
respondent shall be notified as to which terms and conditions, if any, have been deleted or changed. 7. INVESTIGATIONS OF RESPONDENTS The CRAA may make such investigations as it
deems necessary to determine the ability of the respondent to perform the work, and the respondent shall furnish to the CRAA all such
information and data for this purpose as the CRAA may request. In determining the award, consideration will be given to: (a) the experience of the respondent; (b) the respondent's financial
condition; (c) the respondent's conduct and performance on previous agreements; (d) the respondent's facilities; (e) the respondent's management skills; and, (f) the ability of the respondent to execute the agreement properly. The CRAA reserves the right to reject any proposal if the evidence submitted by, or
investigation of, such respondent fails to satisfy the CRAA that such respondent is properly qualified to carry out the obligations of the agreement and to complete the work contemplated therein.
8. SUBCONTRACTORS A Respondent’s proposed subcontractors shall also be a basis for evaluating responses. The CRAA reserves the right to review information regarding all subcontractors proposed. The CRAA reserves the right to reject any or all proposed subcontractor(s) listed thereon before
the agreement is awarded. Except for reasons of security, the CRAA shall not reject any such listed subcontractors (s) after the agreement is awarded by the Authority. No subcontractors shall be replaced by another without the written
http://www.columbusairports.com/
-
INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS
Form Revised 2/6/2019 Page 5 of 37
consent of the Authority.
9. SAFETY REQUIREMENTS The Contractor while performing duties shall adhere to all rules of their particular industry, with regard to mandates by the Environmental Protection Agency (EPA) and/or Occupational Safety and Health Administration (OSHA), and any other regulation applicable to the circumstance.
10. MATERIAL GUARANTY If applicable, at the request of the CRAA and before any agreement is awarded, the respondent may be required to furnish a complete statement of the origin, composition, and manufacturer of any or all
material to be used in the work together with samples, which samples may be subjected to the
tests provided for in the specifications to determine their quality and fitness for the work. 11. TIMELY EXECUTION OF AGREEMENT The respondent to whom the agreement is awarded
will be required to execute the Agreement and to furnish Certificates of Insurance and other requested documents within ten calendar days from the date when the written agreement is received by the respondent for signature. In case of failure by the respondent to execute the Agreement, the CRAA may, at its option, consider the respondent in
default and reserves the right to pursue all available remedies, including awarding the agreement to another respondent, or proposals may be re-solicited.
12. BASIS FOR AGREEMENT AWARD
Unless otherwise stated in the solicitation specifications, the award of the agreement shall be made to the highest ranked respondent based on the award evaluation criteria. The CRAA also shall determine the affordability and value of alternates as stipulated in the response. The CRAA also reserves the right to split multiple services into
separate agreement awards. In the event the respondent is submitting their response as “all or none” or with specific combinations of services, the respondent shall state such conditions in their proposal.
13. AUTOMATED CLEARING HOUSE (ACH)
AND ELECTRONIC FUNDS TRANSFER (EFT) The CRAA utilizes Automated Clearing House (ACH) and Electronic Funds Transfer (EFT) for Respondent payments. The Respondent will receive ACH/EFT payments via electronic transfer.
14. CANCELLATION OF AWARD The CRAA reserves the right to rescind the award of the agreement at any time before the execution of the agreement by all parties without incurring any liability. Therefore, if the Contractor changes its position, economically or otherwise, after receiving
a verbal or written notice of selection and in
reliance upon the CRAA executing the
agreement, the Contractor does so solely at its own risk and the CRAA will not incur any liability from the Contractor's change of position. 15. LICENSE Respondents must comply with the statutory requirements of the State of Ohio relative to the
licensing of corporations organized under the laws of any other state or country and other pertinent requirements for doing business in Ohio. Before an agreement will be awarded to a non-resident foreign corporation or a person or partnership of the State of Ohio, such non-
resident foreign corporation, person or partnership shall provide the CRAA with a copy
of its “Original Appointment of Agent” as filed with the Ohio Secretary of State. 16. PROPOSED CONTRACT AND INSURANCE
The successful Respondent shall execute the contract hereby incorporated by reference. At the time of contract, the bidder must delivery to the Authority, certificates of insurance, executed by a duly authorized representative of each insurer. The certificates shall evidence that the insurance required in the Proposed Agreement
are in force. 17. DELINQUENT PERSONAL PROPERTY TAX All respondents are charged with notice of
Section 5719.042 of the Ohio Revised Code and agree that if the agreement is awarded to them,
prior to the time the agreement is entered into, the successful respondent will submit the completed affidavit required by that section of the Ohio Revised Code to the Authority. Said affidavit, when submitted to the Authority, is thereby incorporated into the agreement.
Section 5719.042 of the Ohio Revised Code: After the award by a taxing district of any contract and prior to the time the contract is entered into, the person making a bid shall submit to the district's fiscal officer, a statement affirmed under oath, that the person with whom
the contract is to be made was not charged at
the time the bid was submitted with any delinquent personal property taxes on the general tax list of personal property of any county in which the taxing district has territory or that such person was charged with delinquent personal property taxes on any such tax list, in
which case that statement shall also set forth the amount of such due and unpaid delinquent taxes and any due and unpaid penalties and interest thereon. If the statement indicated that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted by
-
INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS
Form Revised 2/6/2019 Page 6 of 37
the fiscal officer to the County Treasurer within
thirty (30) days of the date it is submitted. A copy
of the statement shall also be incorporated into the contract and no payment shall be made with respect to any contract to which this section applies unless such statement has been so incorporated as a part thereof. 18. AUTHORITY TO BIND
Respondents are on notice that in the event of an agreement award, where the person signing for a corporation is other than the president, an affidavit or a resolution of the Board of Directors showing the authority of that person to bind the corporation must be furnished.
19. PUBLICATIONS
The Contractor agrees to submit to the Authority’s Contract Administrator all advertising, sales promotion, and other publicity matters relating to the Agreement wherein the Authority’s name is mentioned or language used from which the
connection of the Authority’s name therewith may, in the Authority’s judgment, be inferred or implied. The Contractor further agrees not to publish, or use such advertising, sales promotion, or publicity matter without the prior written consent of the CRAA except that which may be required under law.
20. CONFIDENTIALITY. The CRAA may choose to keep RFP information in confidence during the evaluation process and until the time an agreement is executed. This
information may include all proposal documentation, notes, including detailed prices,
references, resumes, technical and cost information, etc. Thereafter, proposals and all submissions may become public information, pursuant to R.C. 149.43, the Public Records Act. Regarding Public Records Requests, the CRAA, as a Port Authority of the State of Ohio, is subject to Ohio Revised Code Chapter 149, known as the Ohio
Public Records Law. Consequently, the respondent understands that ALL documents submitted in response to this RFP may be considered public records and may be subject to release by the CRAA when a public records request is made in accordance with the law. If you are concerned that
documents submitted in response to this RFP
contain confidential financial and proprietary information, including trade secrets, then you must CLEARLY MARK the specific information considered by you to be confidential and state the reason that you contend these portions of your response constitute an exception to Ohio’s public records law.
If a public records request is made for any portion of the documents that you have submitted and you have NOT clearly marked specific information contained in such documents as confidential financial or proprietary information, and therefore
potentially constituting an exception to Ohio’s
public records law, the CRAA may release all of
the requested information immediately. If a public records request is made for such information and you HAVE clearly marked portions of your response as confidential financial or proprietary information, potentially constituting an exception to Ohio’s public
records law, the CRAA will attempt to release the information to the requestor, after redacting the specific information identified as confidential financial and proprietary, and notify you that a request was made and that a redacted version of your response was released. Should the
requestor challenge the classification of redacted information as confidential financial or
proprietary information, the CRAA will notify you that further explanation of the information’s designation as confidential has been demanded by the requestor and the request for public information has been restated. You then will be
IMMEDIATELY responsible for obtaining an order from a Court of competent jurisdiction in Franklin County, Ohio enjoining release of your clearly marked information constituting an exception to Ohio’s public records law. DO NOT mark your entire response/submittal as
information constituting an exception to Ohio’s public records law. If your entire response/submittal is so marked, the CRAA may choose consider your offer non-responsive.
(REV. 3-20-2006)
21. BUSINESS ETHICS Communication Respondents are not to meet or communicate with the CRAA staff or Board members during the pendency of the solicitation process, except with respect to current, on-going work. The solicitation process is deemed to have begun on the date that the CRAA has
publicized the solicitation or posted the solicitation on its website. The process is deemed to have concluded when an agreement has been fully executed with the selected firm. It is the responsibility of the bidder to know whether (s)he is engaging in an appropriate ex
parte communication with the CRAA staff.
Inappropriate communication may result in disqualification from current or future selection processes. When in doubt, please contact CRAA Procurement at [email protected].
Gratuities and Kickbacks The Respondent shall not offer, give or agree to give any CRAA employee or former CRAA employee a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a
mailto:[email protected]
-
INFORMATION FOR PROPOSERS: REQUIREMENTS AND CONDITIONS – REQUEST FOR PROPOSALS
Form Revised 2/6/2019 Page 7 of 37
program requirement or a purchase request,
influencing the content of any specification or
procurement standard, rendering of advice, investigation, auditing or in other advisory capacity in any proceeding of application, request for ruling, determination, claim or controversy. 22. RFP AWARD DEBRIEFING Once a contract award is made and negotiations are
successfully concluded, the award and contract information shall be posted on the CRAA website, www.columbusairports.com, on the business information page. Unsuccessful respondents who wish to inquire about any aspect of this RFP or award should deliver a written request for debriefing to:
Office of Contracts & Procurement
John Glenn Columbus International Airport 4600 International Gateway Columbus, Ohio 43219 [email protected] Fax: 614-239-3183
Please include the title of the RFP, the Department for which the RFP was solicited, and the date that responses were due. Indicate the respondent’s company name and contact information so that the CRAA can respond to the request. Please submit questions requiring research at least three business
days prior to the debriefing. The CRAA will review the request for a debriefing meeting. As appropriate, the CRAA will make good
faith efforts to hold the meeting and debrief the respondent as soon as possible. The CRAA may
conduct debriefing meetings up to and including six months after the award and contract information is posted to the CRAA website. 23. MATERIAL SPECIFICATIONS The descriptions, manufacturers' name and brand names used in the Specifications are for the sole
purpose of showing the quality and type of article expected and for establishing minimum standards. All proposals must be based on materials, supplies or equipment which equals or exceeds all phases of these standards as determined by the Authority. Any proposal to use material, supplies or equipment
different from those listed in the proposal
specifications shall furnish with his bid evidence that the item bid is of equivalent or better quality and type as those specified in the specifications. Evidence shall include, but not be limited to the following: (1) years of use under equal or more
stringent conditions; (2) years used or produced; (3) financial history of producer and length of years
in business; (4) organization available for repair
and maintenance of product or machine; and (5)
any change in bid price if acceptable. If applicable, at the request of the CRAA and before any agreement is awarded, the respondent may be required to furnish a complete statement of the origin, composition, and manufacturer of any or all material to be used in the work together with samples, which
samples may be subjected to the tests provided for in the specifications to determine their quality and fitness for the work. 24. BID/PROPOSAL GUARANTY Each bid/proposal must be accompanied by a
bid/proposal guaranty payable to the CRAA in one of the following forms:
(a) A Bid/Proposal Bond using the form included with this solicitation for ten percent of the bid/proposal, issued by a surety company authorized to do business in the state of Ohio.
If a Bid/Proposal Bond is submitted, the respondent shall also attach: proof of authority of the officer or agent signing the guaranty, together with a recent financial statement of the surety company and a Certificate of Compliance or CRAA from the Ohio Insurance Department.
Or (b) A certified check for ten percent of the
proposed price including alternates;
Or (c) A cashier’s check for ten percent of the proposed price including alternates; In case a certified check or cashier's check is given, it shall be drawn on a solvent bank
authorized to do business in Ohio, and made payable to the order of the "Columbus Regional Airport Authority.” If the bidder provides a certified check or cashier’s check as security, with their bid, the
Columbus Regional Airport Authority must cash
the check and deposit it into the CRAA account – pursuant to Ohio Law requiring public monies be deposited within twenty-four (24) hours of receipt. After the execution of the contract and as appropriate, the Columbus Regional Airport Authority will issue a check to the bidder for the
amount that had been submitted with their bid.
http://www.columbusairports.com/mailto:[email protected]
-
Form Revised 2/6/2019 Page 6 of 37
NON-COLLUSION AFFIDAVIT
State of __________________
County of ________________
Bid Title: ____________________________________________________________________
Contractor ____________________________________________________ being first duly
sworn, deposes and says that he is ______________________________ (sole owner, a partner,
president, secretary, etc.) of ______________________________________________________,
the party making the foregoing bid; that such bid is not made in the interest of or on behalf of
any undisclosed person, partnership, company, association, organization or corporation; that such
bid is genuine and not collusive or sham; that said respondent has not directly or indirectly
induced or solicited any other respondent to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived or agreed with any respondent or anyone else to put in a
sham bid, or that anyone shall refrain from bidding; that said respondent has not in any manner,
directly or indirectly, sought by agreement, communication or conference with any one to fix the
Bid Price of said respondent or any other respondent, or to fix any overhead, profit or cost
element of such Bid Price, or of that of any other respondent, or to secure any advantage against
the Columbus Regional Airport Authority or anyone interested in the proposed Agreement; that all
statements contained in such bid are true; and, further, that said respondent has not, directly or
indirectly, submitted his Bid Price or any breakdown thereof, or the contents thereof, or divulged
information or date relative thereto, or paid and will not pay any fee in connection therewith, to
any corporation, partnership, company, association, organization, bid depository or to any
member or agent thereof, or to any other individual except to such person or persons as have a
partnership or other financial interest with said respondent in his general business.
Signed:
Subscribed and sworn to before me this
____ day of _________________, 20__
Seal
Notary Public
-
Form Revised 2/6/2019 Page 7 of 37
BID/PROPOSAL BOND
(Not to be Filled Out if a Certified Check or a Cashier's Check is Submitted)
KNOW ALL PERSONS BY THESE PRESENTS, that we, the undersigned
____________________________________________________________________________
(Name and Address)
as Principal and as
Sureties, are hereby held and firmly bound unto the Columbus Regional Airport Authority as
Obligee in the penal sum of the dollar amount of the bid submitted by the Principal to the Obligee
on , 20 , to undertake the project known as
in Columbus, Ohio. The penal sum referred to herein shall be the dollar amount of the Principal's
bid to the Obligee, incorporating any additive or deductive alternate proposals made by the
Principal on the date referred to above to the Obligee, which are accepted by the Obligee. In no
case shall the penal sum exceed the amount of
dollars ($ ). (If the foregoing blank is not filled in, the penal sum will be
the full amount of the Principal's bid, including alternates. Alternatively, if the blank is filled in,
the amount stated must not be less than the full amount of the bid including alternates, in dollars
and cents. A percentage is not acceptable.) For the payment of the penal sum well and true to be
made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators,
successors and assign.
Signed and sealed this day of , 20__.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above-named
Principal has submitted a bid for in
Columbus, Ohio.
Now, therefore, if the Obligee accepts the bid of the Principal and the Principal fails to
enter into a proper contract in accordance with the bid, plans, details, specifications and bills of
material; and in the event the Principal pays to the Obligee the difference not to exceed ten
percent of the penalty hereof between the amount specified in the bid and such larger amount for
which the Obligee may in good faith contract with the next lowest responsive and responsible
respondent to perform the work covered by the bid; in the event the Obligee does not award the
contract to the next lowest responsive and responsible respondent and resubmits the project for
bidding, the Principal pays to the Obligee the difference not to exceed ten percent of the penalty
hereof between the amount specified in the bid, or the costs, in connection with the resubmission,
of printing new contract documents, required advertising and printing and mailing notices to
prospective respondents, whichever is less, then this obligation shall be null and void, otherwise
to remain in full force and effect; if the Obligee accepts the bid of the Principal and the Principal
within ten days after the award of the contract enters into a proper contract in accordance with
the bid, plans, details, specifications and bill of material which said contract is made a part of this
bond the same as though set forth herein;
-
Form Revised 2/6/2019 Page 8 of 37
NOW, if the said shall
well and faithfully do and perform the things agreed by to be done
and performed according to the terms of said contract; and shall pay all lawful claims of
subcontractors, materialmen and laborers, for labor performed and materials furnished in carrying
forward, performing or completing of said contract; and shall indemnify, save and hold harmless
the Columbus Regional Airport Authority from all liens, charges, losses, costs and damages of
every kind and nature whatsoever, including damages to property and persons caused by the acts
of negligence of said Principal and/or deficiencies in materials; we agreeing and assenting that
this undertaking shall be for the benefit of any materialman or laborer having a just claim as well
as for the Obligee herein; then this obligation shall be void; otherwise the same shall remain in
full force and effect; it being expressly understood and agreed that the liability of the Surety for
any and all claims hereunder shall in no event exceed the penal amount of this obligation as
herein stated.
The said Surety hereby stipulates and agrees that no modifications, omissions or
additions, in or to the terms of the said contract or in or to the plans or specifications therefore
shall in any wise affect the obligations of said surety on its bond.
The Surety hereby represents and warrants that it is licensed by the Ohio Superintendent
of Insurance, and is authorized to execute bonds in the State of Ohio. The Surety further
represents that the liability incurred pursuant to this bond is within the limits of Ohio Revised
Code Section 3929.02.
PRINCIPAL: SURETY:
BY:
TITLE:
OHIO REVISED CODE SECTION 9.32 REQUIRES AWARDING AUTHORITIES, SIMULTANEOUSLY
WITH NOTICE OF AWARD TO CONTRACTOR, TO GIVE WRITTEN NOTICE TO SURETY AGENT.
SURETY COMPANY ADDRESS: SURETY AGENT'S ADDRESS
-
Form Revised 2/6/2019 Page 9 of 37
TECHNICAL SPECIFICATIONS
1.0 SCOPE AND CLASSIFICATION
The Columbus Regional Airport Authority, hereafter referred to as the “CRAA”, intends to
purchase Staffing Augmentation Services to support operational requirements of CRAA’s owned
and operated fixed base operation (FBO). The selected proponent shall be granted the right
and obligation to provide staffing and related staff oversight services.
It is the intent of these specifications to describe work that is currently in progress. The
following specifications are intended to define the desired requirements for the Authority to
meet its customer’s expectation with regard to safety, quality, performance, and
standardization. This specification is not intended to be proprietary in any way.
2.0 BACKGROUND INFORMATION
As one of the world’s only cargo-dedicated airports, Rickenbacker International Airport (LCK)
offers an uncongested option to move air cargo to, from and within the United States. The
airport is a critical logistics component of The North American International Freight Center and
offers the following:
Over 475,000 square feet of air cargo facility space
130 acres of uncongested cargo ramp with a hydrant fueling system
Two parallel 12,000-foot (3,660 meters) runways
Category II Instrument Landing System for all-weather landing capabilities
FedEx Air, FedEx Ground and UPS regional hubs located on-site
Scheduled commercial wide-body all-cargo flights by six international carriers as well as
non-scheduled wide and narrow body charters from numerous all-cargo carriers.
Scheduled commercial passenger service to a variety of vacation destinations on
Allegiant Air
Extensive end-of-runway development opportunities
U.S. Customs and Border Protection on-site
Open every day, all day
Convenient access to passenger-dedicated John Glenn Columbus International Airport
General aviation amenities
On-site 96-room Baymont Inn & Suites
CRAA began providing direct FBO services to airport users in 2012 through Rickenbacker
Aviation, a wholly owned CRAA enterprise. The airport team of Rickenbacker Aviation offers
cargo, passenger and general aviation aircraft operator’s added efficiency and cost savings by
offering a single source for a wide variety aeronautical services such as aircraft refueling, de-
icing, ground service equipment refueling, aircraft ground handling and related customer
service needs. Since 2012, the FBO Team has provided aircraft ground handling services to
more than 7,000 commercial passenger and all-cargo aircraft and has uplifted more than 50
Million gallons of jet fuel into those aircraft.
2.1 STAFF AUGMENTATION FOR CRAA’S RICKENBACKER AVIATION
Rickenbacker Aviation utilizes a blend of direct CRAA employees and contracted third party
staff to deliver a variety of specialized commercial aeronautical services to its customers.
-
Form Revised 2/6/2019 Page 10 of 37
CRAA currently provides services to six (6) scheduled international all-cargo air carriers as well
as a number of domestic and international all-cargo charter operators. Additionally, CRAA
provides “above and below wing” services for commercial scheduled and chartered passenger
airlines. Rickenbacker Aviation is responsible for all administrative and contractual matters
with the aircraft owners and operators utilizing Rickenbacker Aviation’s services.
In order to serve its growing customer base, who operate variable and sometimes fluctuating
schedules, CRAA has found it effective and beneficial to contract with a third party staffing
Contractor to provide staff to perform these services.
In 2018, CRAA utilized approximately 115,000 labor hours to serve airport users. These hours
were comprised of contracted staff working both, full and part-time schedules, throughout the
calendar year. Pay rates for these positions excluding Contractor mark-up/administrative fees
currently begin at $14.00 per hour and increase to approximately $20.00, depending on the
position and/or the duration of an individual’s assignment serving CRAA. Although subject to
change with little or no notice, the pay rates and demand for 2019 labor hours is expected to
remain generally stable. Accordingly, the successful proponent must be able to provide
sufficient staff to effectively serve a dynamic operation.
Staffing requirements with accompanying position descriptions and qualifications are presented
in Section 3.3 below.
2.2 INTERMITTENT OR ON-DEMAND STAFFING REQUIREMENTS FOR ASSET
MANAGEMENT AND AIRPORT OPERATIONS
In addition to the FBO staffing requirements outlined above, CRAA may have occasional need
to augment staff in the Operations and Asset Management Divisions. These assignments are
less predictable and would likely be temporary. Any proposal to CRAA should include temp to
hire provisions for these positions and it is anticipated that the engagement for these
intermittent or on-demand positions would be effected through a specific Contract Modification.
3.0 GENERAL REQUIREMENTS
The CRAA requires Contractor to immediately provide staff to support and perform aircraft
refueling, de-icing, ground service equipment operation and refueling, ground handling, related
customer service and other duties as required. Additionally, upon request from CRAA,
Contractor shall provide staff to perform exterior landscaping operations and maintenance,
airport safety and security inspections, and related duties as assigned.
The Contractor must perform and document that the following checks and quality control
measures are performed for each candidate to ensure security and promote competency:
1. Contractor shall interview candidate(s) and conduct reference checks with all candidates, prior to submitting the candidate(s) for consideration. Contractor will
conduct required drug testing, social security verification, Bureau of Motor Vehicles and
background checks on candidate(s) prior to start date.
2. Drug testing requirements may vary and if special requirements apply, the particular drug testing to be administered by the Contractor shall be specified in the applicable
-
Form Revised 2/6/2019 Page 11 of 37
task order. No additional fees shall apply to the Authority in order for the Contractor’s
employees to be in compliance with the special requirements.
3. If applicable to a particular task order, the CRAA Contract Administrator shall indicate that the positions are Safety Sensitive positions for which FAA prescribes the frequency
and manner of drug and alcohol testing. The FAA places direct responsibility on the
Contractor to comply with all testing requirements, including application for registration,
audits, recordkeeping, etc. Contractor shall comply with the provisions of 14 CFR Part
120 and 49 CFR Part 40 with respect to administration of drug and alcohol testing for
Safety Sensitive positions. Quarterly or as required, Contractor shall provide the CRAA
Contract Administrator with confirmation that it meets the provisions of 14 CFR Part
120 and 49 CFR Part 40 and any other applicable regulations as may be required.
Safety Sensitive positions at CRAA include, but are not limited to, employees acting as
Ground Security Coordinators. More information on this program can be found at the
FAA website:
http://www.faa.gov/about/office_org/headquarters_offices/avs/offices/aam/drug_alcoh
ol/
4. Substitute Personnel – In the event an assigned employee becomes unavailable to the Authority, the Authority reserves the right to reject a proposed replacement of the
unavailable staff person if the Authority determines the proposed replacement lacks the
necessary experience, qualifications or availability to complete the services, in which
case the Contractor shall propose a new substitute. The Authority shall provide written
consent once a substitute person is determined by the Authority to be satisfactory.
5. US Customs Bond: The Contractor must obtain and maintain an airport security customs bond. An airport security customs bond is an US Customs bond needed for
outsourced service companies to enter secured areas of airports and is given by an
outsourced service company for payment of damage resulting from failure to comply
with the customs laws and regulations.
6. Insurance Requirements: The Contractor must maintain insurance as detailed in the Drart Master Agreement Section 25 and Schedule G
7. of the proposed master agreement.
3.1 OPERATIONAL STANDARDS
1. Contractor’s personnel will be responsible for providing and maintaining safe, efficient,
effective, and responsive staffing services including:
I. Operation of equipment to load, unload, fuel and tow commercial and general
aviation aircraft on the Aircraft Operations Area (AOA).
II. Operate equipment used to move cargo, baggage and equipment between
aircraft and other warehouse, hangar or passenger terminal facilities at
Rickenbacker and on its AOA.
III. Performing “above-wing” airline passenger ticketing/handling services for CRAA’s
scheduled and non-scheduled airline customers.
IV. Processing invoices for air and ground fuel servicing though the CRAA FBO point
http://www.faa.gov/about/office_org/headquarters_offices/avs/offices/aam/drug_alcohol/http://www.faa.gov/about/office_org/headquarters_offices/avs/offices/aam/drug_alcohol/
-
Form Revised 2/6/2019 Page 12 of 37
of sale (POS) system.
V. Compliance with inspection duties required by Transportation Security
Administration Security Directives and directives of other Authorized Agencies
VI. Reporting suspicious activity and emergencies according to CRAA protocols
VII. Performing other miscellaneous duties and tasks as directed by the Authority
Contract Administrator, which may be subject to the terms set forth in this
Agreement
2. Contractor will assign a full time on site staff representative (Site Leader) to oversee
Contractor staff and to perform Contractor personnel administrative functions related to all
Contractor-related positions, including operational training coordination/administration and
Contractor payroll functions. The Site Leader will report to the Sr. Manager, FBO or
designee. Contractor personnel will report to the Site Leader for administrative matters,
and to the on-duty FBO Supervisor, or FBO/Operations Coordinator if a supervisor is not
present, for operational activities.
I. When Contractor personnel feel that an order, directive, procedure, guideline, or
other concern needs to be addressed, Contractor personnel will obey the
immediate instructions given to them, and then inform the Site Leader who will
then contact Sr. Manager, FBO (or his/her designee), who will work to resolve
the issue.
II. Illegal or unsafe orders or instructions are never to be followed.
Whenever an allegation is made of failure to perform, negligence, or
misconduct related to the work of this Agreement by Contractor employees,
the Site Leader will conduct an investigation. The investigation will be fully
documented. Upon completion of the investigation, it will be turned over to
the Contractor Corporate Management for whatever administrative
disciplinary action is deemed necessary.
3. All Contractor personnel will be required to hold Airport Security Badges commensurate
with the level of access to areas being assigned. These persons must meet and remain in
compliance with all the requirements of the badging program, both to be hired and to
maintain their jobs.
4. CRAA will be responsible for the providing all authorized Contractor personnel Airport
Security Badges. Additionally, some positions require uniforms and/or personal protective
equipment (PPE). With the exception of protective footwear, all required PPE will be
provided to the Contractor by CRAA.
5. The Authority will provide the following space and equipment to Contractor employees:
In the FBO, office space for Site Leader
If required, CRAA will make available existing computer equipment for
internet access to conduct operations and/or training requirements
In the FBO, common briefing area and break room.
If required, Two-way portable radio and accessories
All required aircraft and customer servicing equipment
-
Form Revised 2/6/2019 Page 13 of 37
Note: Contractor staff will maintain communications capabilities with the
on-duty FBO/Airport Operations Coordinator at all times.
6. All Contractor personnel referenced in this Agreement, other than those identified as
Authority employees, will be employees of Contractor who will pay all salaries, social
security taxes, federal and state unemployment insurance, and any other taxes relating to
such employees.
Accordingly, Contractor shall provide and Contractors shall use a
Contractor provided time clock installed in CRAA facility.
Contractor shall also provide Site Leader with company owned computer
and printer for contractor’s administrative/training requirements.
3.2 TRAINING PROGRAM REQUIREMENTS
1. The Contractor will provide a computerized training tracking and delivery tool or learning
management system (collectively referred to as an “LMS”) to deliver, track completion
and/or progress of Contractor personnel training requirements.
2. Minimum Training - Contractor shall specify and deliver at least the minimum employer
related and provided training for all Contractor personnel. Training must meet the
applicable Federal, State, Local and Airport Authority laws and regulations.
3. Individual personnel files and records indicating type, extent, and dates of training
received, plus instructor and student signatures, will be maintained by Contractor during
employment and for 72 months after an employee leaves the Contractor’s organization.
These will be provided to the Authority’s Contract Administrator or designee upon request.
4. In addition to Contractor’s obligated training for its employees, CRAA will develop or
provide customer and/or task specific training materials to Site Leader for Contractor’s
staff. It is anticipated that Contractor and/or CRAA will upload required training materials
into Contractor’s LMS for ultimate training delivery to Contractor’s staff.
5. In the event the in the LMS is unable to deliver all required training, CRAA reserves the
right to deliver said training and present to contractor for uploading and tracking in the
LMS.
6. Additionally, CRAA personnel shall be provided access to Contractor’s LMS to conduct
progress checks, produce reports and to validate currency requirements for Contractor’s
personnel.
3.3 STAFFING REQUIREMENTS, POSITION DESCRIPTIONS AND QUALIFICATIONS
1. Contractor shall have the capability to provide the following positions:
Current and Proposed Standing Positions
o Site Leader
o FBO Customer Service, Agent
-
Form Revised 2/6/2019 Page 14 of 37
o FBO Line Service, Lead Agent (Fueler--Aircraft and Ground Support Equipment)
o FBO Line Service, Agent (Fueler--Aircraft and Ground Support Equipment)
o Ground Operations, Lead Agent (Cargo)
o Ground Operations, Agent (Passenger & Cargo)
o Passenger Station Lead
o Passenger Flight Lead, Customer Service Agent
o Passenger Customer Service Agent
Intermittent or On-Demand Positions
o Airport Operations Coordinator
o FBO/Airport Operations Coordinator
o Equipment Mechanic, Equipment Operator
o General Laborer
o Winter/Landscaping Seasonal Laborer
NOTE: All positions except for perhaps the Site Leader will be hourly positions, subject to the
payment of overtime.
Current Staffing Requirements
1. Due to the highly variable nature of customer demand, CRAA will shall establish all
shifts and work schedules, with the Sr. Manager, FBO or his/her designee having final
approval of all such shifts and work schedules.
2. Typical staffing requirements are as follows (numbers and hours vary as conditions
warrant and directed by the Authority:
One (1) Site Leader, forty (40) hours per week.
o Generally during peak staffing periods (0600-1400)
Two (2) FBO Customer Service Agents (24) hours per week each.
o Schedules will be typically be evening and weekend shifts
One (1) FBO Line Service, Lead Agent (40) hours per week.
o This is a 24/7 operation and hours may vary, including nights, weekend
and rotating shifts
Eight (8) FBO Line Service, Agents (40) hours per week.
o This is a 24/7 operation and hours may vary, including nights, weekend
and rotating shifts
One (1) Ground Operations, Lead Agent, (Cargo) forty (40) hours per week.
-
Form Revised 2/6/2019 Page 15 of 37
o This is a 24/7 operation and hours may vary, including nights, weekend and rotating shifts
Thirty (34) Ground Operations Agents (Cargo), forty (40) hours per week.
o Schedules will comprise of 1st, 2nd, and 3rd shifts
o This is a 24/7 operation and hours may vary, including nights, weekend
and rotating shifts
Variable (13) Ground Operations Agents (Cargo) schedules and hours per week
variable but generally less than 20 (Currently Have 13 Available)
Fifteen (15) Ground Operations Agents (Passenger), typically (30) hours per week.
o Schedules may vary between 0530 and 2300 and hours may vary based
off seasonal flight schedule, will include evenings, weekends and
holidays
One (1) Passenger Station Lead, thirty two to forty (32-40) hours per week.
o Schedules may vary between 0530 and 2300, will include evenings,
weekends and holidays
Three (3) Flight Leads, Passenger Customer Service, thirty two to forty (32-40)
hours per week.
o Schedules may vary between 0530 and 2300 and hours may vary based
off seasonal flight schedule, will include evenings, weekends and
holidays
Nine (9) Passenger Customer Service Agents thirty (30) hours per week.
o Schedules may vary between 0530 and 2300 and hours may vary based
off seasonal flight schedule, will include evenings, weekends and
holidays
Intermittent or On-Demand Positions
Airport Operations Coordinator, FBO/Airport Operations Coordinator, Equipment
Mechanic, Equipment Operator, General Laborer, Winter/Landscaping Seasonal
Laborer
o During peak periods or to fill short-term vacancies. Generally, forty
hours per week each. May include evenings, weekends and holidays
The following is a summary of the qualifications for all Contractor personnel positions.
SITE LEADER
POSITION PURPOSE
The purpose of this position is to provide an on-site leader/representative of the Contractor to
-
Form Revised 2/6/2019 Page 16 of 37
oversee administrative personnel matters (including all employment related matters, serve as
Authorized Representative Official for credentialing needs and process weekly payroll for all
Contractor personnel). This positon will also be ultimately responsible for administering
personnel training records and coordinating scheduling and completion of training required by
the Contractor and CRAA.
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Regular and punctual attendance;
Must be able to work variable hours and days, outdoors, in any weather
condition;
Respond to and support Contractor personnel with regard to general HR and
Benefits related Issues
Complete agent weekly payroll reconciliation and present to CRAA for approval
Staffing time off coordination
Enforce Contractor policies concerning
o Attendance
o PPE usage
o Standard process adherence and performance oversight
Provide new Contractor personnel with proper on-boarding information and
training, such as:
o Staffing Agent Provided
General workplace safety, OSHA, Hazmat, State required, Human
Factors
Educate new staff on Policies, Time Clock, Scheduling, Etc.
o CRAA Provided Materials
SIDA/Badging
SMS program
Working with assigned discipline Leads (Cargo, Passenger and Line Service),
coordinate, provide training and ensure training requirements are met for
assigned cargo personnel, i.e., new hire, recurrent, supplemental and local
training issues
o Assign job category appropriate LMS modules to trainee
Responsible to evaluate, manage and provide ongoing feedback to staff while
developing individuals
Lead by example; motivate to achieve results by exemplifying integrity,
professionalism and excellent communication skills
Assign trainees to a mentor
Liaise with FBO/CRAA management
Instruct mentors on proper training techniques and oversee training
effectiveness, Manage CRAA accessible training database and liaise with CRAA
training coordinator; Interact with the customers of the Authority and the public
in a professional manner; Assists customers and the public by answering
questions and providing directions
Performs other duties, as needed or requested by Contractor or CRAA.
-
Form Revised 2/6/2019 Page 17 of 37
Minimum Qualifications:
Must be a United States citizen or provide proof of eligibility to work in the
United States.
Must have a telephone and transportation
Current State of Ohio driver’s license with good driving record
Must understand English, verbal and written comprehension.
Must demonstrate good character appropriate to the requirements of the job
Must present an appearance consistent with other employee appearance
standards, or as determined by the Authority
Physically fit (physical ability) and be able to work under stressful conditions.
Must meet and maintain compliance with the criminal history requirements of 49
CFR §1542.209 and meet the access badge approval requirements as stipulated
by the Airport Security Coordinator (ASC). These requirements are maintained in
the Authority’s ID Office Standard Operating Procedures.
Must be able to secure credential approval from the US Customs and Border
Patrol for access to Customs regulated cargo and passenger activities.
Must meet or exceed any prerequisites established by Ohio Statutes
FBO CUSTOMER SERVICE, AGENT
POSITION PURPOSE
Is responsible for greeting FBO customers, providing excellent customer service to internal and
external customers. Perform and assist with point of sale transactions. Provide administrative
support for FBO. Completion of data collection for various FBO reports and concierge services.
Marshalling of aircraft.
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Greet Customers and provide customer service to customers, peers, and tenants.
Answers Phone’s, Radio’s and applicable e-mails
Coordinate concierge services such as but not limited to rental cars, hotels, and
catering.
Performs sales transactions through point of sale software to complete customer
purchases of fuel and ground services.
Performs clerical data entry for FBO fueling, flight schedules and other various
electronic report items.
Assist with FBO staff directing pilot crews to proper parking location at the FBO ramp,
by marshalling and/or using ground radio communications.
Reports any discrepancies and concerns to FBO management for resolution
Maintains security awareness.
Maintains cleanliness of reception area and lobby.
Other assignments and/or duties as directed.
-
Form Revised 2/6/2019 Page 18 of 37
WORKING CONDITIONS
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. moving machinery, noise, etc.). The
worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – Part time – day and hours vary
Flooring – carpet and concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. May be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – safety goggles/glasses, ear plugs and/or other personal protective
equipment depending on job assignment, etc.
QUALIFICATIONS
Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
General Customer Service and Office Reception,
Skills/Abilities
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment. Strong computer skills, Microsoft Office suite experience is a must.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job.
-
Form Revised 2/6/2019 Page 19 of 37
FBO LINE SERVICE, LEAD AGENT (FUELER--AIRCRAFT AND GROUND SUPPORT
EQUIPMENT)
POSITION PURPOSE
Is responsible for fueling and servicing of aircraft, fueling of ground equipment, greeting
customers, assisting with baggage, guiding towing and parking aircraft, loading and unloading
of cargo aircraft and operating point of sale machine.
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Provide oversight of FBO quality assurance program, to include fueling vehicle quality
control inspections and aircraft and ground fueling processes.
Provide fueling services to aircraft and ground equipment.
Perform quality control on fueling vehicles Coordinate, provide training and ensure
training requirements are met for assigned line service personnel , i.e., new hire,
recurrent, supplemental and local training issues
Service aircraft to include air starts, lavatory and potable water.
Maintains facility and equipment cleanliness before and after operations.
Perform transactions for products and services rendered.
Loads and unloads cargo aircraft, baggage, move freight, operate ground service
equipment.
Reports any discrepancies and concerns to FBO management for resolution
Responsible to evaluate, manage and provide ongoing feedback to staff while
developing individuals
Lead by example; motivate to achieve results by exemplifying integrity, professionalism
and excellent communication skills
Maintains machinery and vehicles in proper operating condition needed to service
aircraft.
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
WORKING CONDITIONS
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. high places, moving machinery, noise,
etc.). The worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – Scheduled, must be available after hours.
Flooring – carpet and concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. May be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – gloves, safety work boots, safety goggles/glasses, ear plugs and/or other
personal protective equipment depending on job assignment, etc.
-
Form Revised 2/6/2019 Page 20 of 37
QUALIFICATIONS
Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
Heavy machinery and/or vehicle operator experience preferred.
Skills/Abilities
Ability to read and understand training manuals.
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment. Strong computer skills.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job. Ability to lift up to 70 lbs.
FBO LINE SERVICE, AGENT (FUELER--AIRCRAFT AND GROUND SUPPORT EQUIPMENT)
POSITION PURPOSE
Is responsible for fueling and servicing of aircraft, fueling of ground equipment, greeting
customers, assisting with baggage, guiding towing and parking aircraft, loading and unloading
of cargo aircraft and operating point of sale machine
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Greet Customers and provide customer service to customers, peers, and tenants.
-
Form Revised 2/6/2019 Page 21 of 37
Answers Phone’s, Radio’s and applicable e-mails
Coordinate concierge services such as but not limited to rental cars, hotels, and catering. Provide safe and efficient fueling services to aircraft and ground equipment.
Perform quality control on fueling vehicles.
Service aircraft to include air starts, lavatory, GPU, towing and moving and potable
water.
Maintains facility and equipment cleanliness before and after operations.
Perform transactions for products and services rendered.
Loads and unloads cargo aircraft, baggage, move freight, operate ground service
equipment.
Maintains machinery and vehicles in proper operating condition needed to service
aircraft.
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
Reports any discrepancies and concerns to FBO management for resolution
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
WORKING CONDITIONS
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. high places, moving machinery, noise,
etc.). The worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – Scheduled, must be available after hours.
Flooring – carpet and concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. May be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – gloves, safety work boots, safety goggles/glasses, ear plugs and/or other
personal protective equipment depending on job assignment, etc.
QUALIFICATIONS
Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
Heavy machinery and/or vehicle operator experience preferred.
Skills/Abilities
Ability to read and understand training manuals.
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment. Strong computer skills.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
-
Form Revised 2/6/2019 Page 22 of 37
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job. Ability to lift up to 70 lbs.
GROUND OPERATIONS, LEAD AGENT (CARGO)
POSITION PURPOSE
Is responsible for coordinating and directing the staff performing loading and unloading cargo
aircraft as part of a crew of aircraft ground handlers.
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Tracks aircraft schedules
May contact crew and coordinate staffing levels for flights
May prepare load plans and other pre/post flight paperwork as required by airline(s)
Ensures procedures are followed to maintain safe work environment and efficient
operation
Reports any discrepancies and concerns to FBO management for resolution
Assist airport supervision and contractor site leader with creating, maintenance and
implementation of policies and training programs
Loads and unloads cargo aircraft, baggage, move freight, operate ground service
equipment.
Maintains machinery and vehicles in proper operating condition needed to service
aircraft.
Maintains facility and equipment cleanliness before and after operations.
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
Responsible to evaluate, manage and provide ongoing feedback to staff while
developing individuals
Lead by example; motivate to achieve results by exemplifying integrity, professionalism
and excellent communication skills Coordinate, provide training and ensure training
-
Form Revised 2/6/2019 Page 23 of 37
requirements are met for assigned cargo personnel, i.e., new hire, recurrent,
supplemental and local training issues
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
Working Conditions
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. high places, moving machinery, noise,
etc.). The worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – On call, must be available 24 hours.
Flooring – concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. Will be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – gloves, safety work boots, safety goggles/glasses, ear plugs and/or other
personal protective equipment depending on job assignment, etc.
QUALIFICATIONS
Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
Heavy machinery and/or vehicle operator experience preferred.
Skills/Abilities
Ability to read and understand training manuals.
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
-
Form Revised 2/6/2019 Page 24 of 37
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job. Ability to lift up to 50 lbs.
GROUND OPERATIONS, AGENT (CARGO AND PASSENGER)
POSITION PURPOSE
Is responsible for performing loading and unloading cargo or passenger aircraft as part of a
crew of aircraft ground handlers.
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Loads and unloads cargo aircraft, baggage, move freight, operate ground service
equipment (including but not limited to loaders, tugs, belt loaders, lavatory carts,
potable water carts)
Completes airline specific tasks
Maintains machinery and vehicles in proper operating condition needed to service
aircraft.
Maintains facility and equipment cleanliness before and after operations.
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
Cleans aircraft and properly disposes of regulated garbage
Reports any discrepancies and concerns to FBO management for resolution
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
Working Conditions
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. high places, moving machinery, noise,
etc.). The worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – On call, must be available 24 hours.
Flooring – concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. Will be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – gloves, safety work boots, safety goggles/glasses, ear plugs and/or other
personal protective equipment depending on job assignment, etc.
-
Form Revised 2/6/2019 Page 25 of 37
QUALIFICATIONS
Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
Heavy machinery and/or vehicle operator experience preferred.
Skills/Abilities
Ability to read and understand training manuals.
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job. Ability to lift up to 50 lbs.
PASSENGER STATION LEAD
POSITION PURPOSE
Is responsible for compliance of all aspects of commercial passenger ground handling
operations (Allegiant and all charters) and regulatory agency policies within the day-to-day
operation. In addition, Station Leader will perform Passenger Flight lead, Customer Service
Agent, and Ground Operation Agents duties as assigned. This position will assign duties to
other agents on shift, provide training and complete paperwork reports to airline(s) and CRAA
as required.
-
Form Revised 2/6/2019 Page 26 of 37
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Maintain minimum qualification of Cross Utilized Agent, Ground Security Coordinator
and Train the Trainer.
Establish and maintain safety compliance of aircraft, passengers, facilities and agents
working environments. Address issues and provide corrective actions as required.
Ensure compliance with all Federal directives and security requirements; Audit to
ensure quality assurance.
Ensure compliance with all company manuals
Ensure compliance of customer service, baggage handling and departure dependability.
Monitor and verify quality control
Coordinate, provide training and ensure training requirements are met for all station
personnel, i.e., new hire, recurrent, supplemental and local training issues
Provide feedback, research and response to customer complaints/compliments in
coordination with Customer Relations, and assist customers with mis-handled baggage.
Responsible for ensuring Daily GSE checklists are completed as well as all maintenance
checks/repairs documentation
Responsible to evaluate, manage and provide ongoing feedback to staff while
developing individuals
Lead by example; motivate to achieve results by exemplifying integrity, professionalism
and excellent communication skills
Monitoring Tableau for station performance.
Check in customers for flights.
Guide customers through the ticketing and aircraft boarding process.
Checks facility cleanliness before and after operations.
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
File flight closeout paperwork as required by airline
Report flight summary and issues as required by FBO management.
Complete Shift schedules and assign other agents duties and tasks for assigned shifts.
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
WORKING CONDITIONS
Work in an indoor and outdoor environment; ability to work in adverse weather conditions.
Must be able to work under hazardous conditions (i.e. high places, moving machinery, noise,
etc.). The worker is subject to fumes, odors, dusts, hot and cold climates, precipitation.
Shift – On call, must be available 24 hours.
Flooring – carpet and concrete surfaces.
Lighting – variable, natural and artificial light.
Temperature – variable environmental conditions based on the daily weather forecast. May be
exposed to seasonal temperatures and precipitation, dust etc.
Noise – subject to aircraft engine and equipment noise
Safety equipment – gloves, safety work boots, safety goggles/glasses, ear plugs and/or other
personal protective equipment depending on job assignment, etc.
-
Form Revised 2/6/2019 Page 27 of 37
QUALIFICATIONS Education/Certification
High school diploma or GED. Must possess and maintain a valid Ohio driver license, in good standing.
Experience
Heavy machinery and/or vehicle operator experience preferred.
Skills/Abilities
Ability to read and understand training manuals.
Ability to work well independently.
Ability to cooperate and communicate well with others.
Ability to maintain a positive attitude. Required to have regular and predictable attendance. Ability to work as part of a team, take direction and learn quickly in a fast-paced environment. Strong computer skills.
PHYSICAL ACTIVITIES AND REQUIREMENTS OF THIS POSITION
Climbing Up to three flights including ladders, stairs, ramps, etc.
Stooping
Bending downward and forward at the waist. Requires full use of lower extremities and back muscles.
Kneeling Resting on knee or knees.
Crouching Bending downward and forward at the leg and spine.
Reaching Extending hand(s) and arm(s) in any direction.
Standing For extended time periods.
Walking Especially for long distances.
Pushing Using upper body to press against something with steady force.
Pulling Using upper body to draw, drag, haul, or tug objects.
Lifting Use of upper body and back muscles to lift objects.
Grasping Using fingers and palm on an object for gripping, lifting and pushing.
Average hearing
Ability to hear average or normal conversations and receive ordinary information.
Fine, acute visual abilities Fine visual acuity, color vision; or depth perception and/or field of vision.
Physical strength
Must be physically able to perform the essential functions and basic duties of assigned job. Ability to lift up to 70 lbs.
FLIGHT LEAD, PASSENGER CUSTOMER SERVICE AGENT
ESSENTIAL FUNCTIONS AND BASIC DUTIES
Check in customers for flights.
Guide customers through the ticketing and aircraft boarding process.
Perform Ground Security Coordinator and Customer Resolution Officer duties
Checks facility cleanliness before and after operations.
-
Form Revised 2/6/2019 Page 28 of 37
Maintains security awareness and hazardous materials awareness appropriate to the
airport and aircraft environment.
File flight closeout paperwork as required by airline
Report flight summary and issues as required by FBO management.
Assist customers with mis-handled baggage
Assign other agents duties and tasks for assigned shifts.
Coordinate, provide training and ensure training requirements are met for all station
personnel, i.e., new hire, recurrent, supplemental and local training issues
Responsible to evaluate, manage and provide ongoing feedback to staff while
developing individuals
Lead by example; motivate to achieve results by exemplifying integrity, professionalism
and excellent communication skills
Assist with mentoring and training with new hires.
Other duties as appropriate from other relative job descriptions.
Other assignments and/or duties as directed.
POSITION PURPOSE
Is responsible for assisting airline customers, checking in passengers and baggage, performing
duties of ground security coordinator and resolving customer complaints. This position will
assign duties to other agents on shift and complete paperwork reports to airline and FBO
management as requir