CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m.

Size: px
Start display at page:

Download "CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m."

Transcription

1 CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: December 03, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, FL I. CALL TO ORDER II. ANNOUNCEMENTS - Appeal Process and Lobbying Activities NOTE: If anyone is aggrieved by any of the proceedings of today s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal. Any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceeding is made which includes the testimony and evidence upon which the appeal is to be based. Any appeal must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building by Monday, December 10, 2018 at 4:00 p.m. For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, including the Mayor of the City of Orlando or the Mayor of Orange County, at their offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) III. IV. CONSIDERATION OF THE NOVEMBER 5, 2018 AND NOVEMBER 19, 2018 MINUTES CONSENT AGENDA A. Recommendation to Approve an Amendment to Renew Purchasing Contract 10-15, Lightning Protection System Maintenance with Tarten X, Inc. d/b/a McLean Lightning Protection B. Recommendation to Approve an Amendment to Renew Purchasing Contract 11-15, Electrical and Relamping Services with M&M Electric of Central Florida, Inc. C. Recommendation to Approve an Amendment to Purchasing 04-16, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services with Electric Services, Inc. D. Recommendation to Exercise the Second Renewal Option and a Contract Adjustment of Purchasing Contract with RealTime Services, LLC d/b/a TopTalent Staffing for Customer Service Ambassador Services V. NEW BUSINESS A. Recommendation to Award Purchasing Request for Written Quotation (RFQ) # , Restroom Supplies NEXT SCHEDULED CONCESSIONS/PROCUREMENT COMMITTEE MEETING IS ON WEDNESDAY, DECEMBER 5, 2018

2 REVISED DRAFT On NOVEMBER 5, 2018, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in the Carl T. Langford Board Room at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida, Chairman Anderson called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee members present: Staff/Others present: Raymond Anderson, Chair Kathleen Sharman, Vice Chair (joined meeting at 1:35 p.m.) Bradley Friel, Director of Planning Brian Engle, Director of Customer Service Denise Schneider, Assistant Director of Purchasing Abdu El-Baroudi, Operations Administration Anne van den Berg, Legal Counsel, Marchena and Graham Jo Thacker, Legal Counsel, Nelson Mullins Broad and Cassel Ruye Hawkins, Legal Counsel, Marchena and Graham Larissa Bou, Recording Secretary Chairman Anderson announced to all present that if anyone is aggrieved by any of the proceedings of today s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, November 12, 2018 at 4:00 p.m. For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, including the Mayor of the City of Orlando or the Mayor of Orange County, at their offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) MINUTES 1. Upon motion by Mr. Friel, second by Mr. Engle, vote carried and motion passed to approve the minutes of October 22, 2018, as written. CONSENT ITEMS 2. Motion was made by Mr. Engle, second by Mr. Friel, to consider the following items: a. recommend to the Chief Executive Officer to: (1) deem the quotations submitted by Globe Electric and Cavotec non-responsive for the reasons stated on the memorandum; (2) award Purchasing Request for Written Quotations # to ITW GSE as the low, responsive and responsible Respondent in the not-to-exceed amount of $198,000; (3) authorize the funding from previously-approved Capital Expenditure Fund; and (4) authorize the Purchasing Office to issue the necessary Purchase Order; b. recommend to the Aviation Authority Board to: (1) rescind the award recommendation to Hi-Lite Airfield Services, LLC and recommend the award for Purchasing Bid 04-19, Runway 1

3 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE Rubber Removal and Ramp Scrubbing Services, to Danton Hydroblasting, LLC, as the low responsive Bidder; (2) authorize funding from the Operation and Maintenance Fund in a not-to-exceed amount of $2,298,879; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel; and c. recommend to the Aviation Authority Board to: (1) deem the repair parts required from the suppliers listed (copy on file) to be Sole Source Procurements for the 12 month period beginning January 1, 2019 and ending December 31, 2019; (2) authorize funding from previouslyapproved and future Operation and Maintenance Fund in the aggregate not-to-exceed amount of $1,430,000; (3) authorize the Purchasing Department to award blanket purchase agreements and purchase orders with each manufacturer listed based on a Sole Source Justification in compliance with the Aviation Authority policy; and (4) authorize staff to allocate and re-allocate the aggregate not-to-exceed amount among the fifteen (15) manufacturers as needed. Chairman Anderson asked if anyone in the audience would like to speak to any of these items. Mr. Steve Bivens, with Cavotec, spoke regarding Consent Agenda Item A, as an opponent. Mr. Bivens stated that Cavotec was the low bidder for the Ground Power Units (GPUs) solicitation; however, the firm was deemed unresponsive, due to Cavotec s noted exceptions to some of the Aviation Authority s terms and conditions. He inquired what would be the correct procedure to present Cavotec s arguments. Chairman Anderson informed Mr. Bevins that this is the time to present his case in front of the Committee. Chairman Anderson asked staff about the urgency for the GPUs. Ms. Schneider indicated that the department has an immediate need for the units, because these are the replacements for down units. Ms. Thacker asked Mr. Bivens to list Cavotec s exceptions to the terms and conditions and the reason(s) for the exceptions. Mr. Bivens explained that the first term is the consequential damages that were required as part of the term of sale. Cavotec s position is that these damages are unlimited and undefined risks of any indirect consequence of a problem with its product. Mr. Biven s stated that Cavotec normally negotiates this term, because this can be detrimental for a small business like Cavotec. Mr. Bivens also indicated that Cavotec checked the 120 days box for the time length of the quote; however, they have no issue abiding to the 180 days stipulated. Ms. Thacker clarified that the term was 30 days and not 120 as stated by Mr. Bivens. Lastly, Mr. Bivens indicated that Cavotec was not in agreement with the cancellation clause and the Aviation Authority s ability to cancel a contract midstream, with zero liability from products that had not been delivered. Chairman Anderson asked Ms. Schneider if these provisions were the same as in previous contracts. Ms. Schneider responded that these are the Aviation Authority s standard terms and conditions. Ms. Thacker confirmed this information. Chairman Anderson then asked if any of the Committee members had questions. Mr. Friel asked if the Committee had previously found other bidders non-responsive for the same reasons or issues. Ms. Thacker responded that the Aviation Authority and the Committee typically enforce the terms and conditions, and usually do not negotiate the terms of Purchase Orders. Ms. Thacker also indicated that the Aviation Authority is very strict enforcing consequential damages, both on purchasing and construction contracts. Vice Chair Sharman clarified that the other responsive proposers agreed to all the terms and conditions. Chairman Anderson concurred with Vice Chair Sharman s observation. He indicated that due to the immediate need for the units and the small gap in price between Cavotec and the lowest, responsive and responsible bidder, his suggestion is to accept the recommendation of staff to award the Purchasing Request for Written Quotation # to ITW GSE. Committee members agreed. Chairman Anderson thanked Cavotec for their interest in providing services to the Aviation Authority. 2

4 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE Following discussion, motion passed to approve these items. There were no further questions or comments. REVIEW OF PROPOSAL RECEIVED FOR THE GROUND TRANSPORTATION CONCESSION AT THE ORLANDO INTERNATIONAL AIRPORT 3. Mr. El-Baroudi presented the item. A Request for Proposals (RFP) was issued on August 27, 2018, for the operation of a Ground Transportation Concession for the provision of transportation services in limousines, sedans, vans and buses at Orlando International Airport. The successful Proposer will be granted the non-exclusive right, privilege and obligation to provide Ground Transportation from Orlando International Airport in strict accordance with the terms and provisions of the concession agreement and the Ground Transportation Rules & Regulations (GTR&R). Counter and office space rental will be governed by a separate Space/Use Agreement with the Aviation Authority. This Request for Proposal includes an Airport Concessions Disadvantaged Business Enterprises (ACDBE) participation goal of ten percent (10%). The term of the agreement is for thirty-six (36) months with the initial term to commence on or about February 1, 2019, and with the Aviation Authority having options to renew the agreement for two (2) additional periods of one (1) year each. On October 4, 2018, the Aviation Authority received the following proposal: Mears Destination Services, Inc. For each agreement period of the term, the successful Proposer will pay to the Aviation Authority an annual concession fee in an amount equal to the greater of (i) ten percent (10%) of the Concessionaire s Gross Receipts or (ii) the Minimum Annual Concession Fee (MACF) set forth in the proposal. The lowest acceptable initial (MACF) is $1,800,000. It is respectfully requested that the Concessions/Procurement Committee review the received proposal and recommend award of the Ground Transportation Concession to the Aviation Authority Board in accordance with the evaluation criteria established for the RFP. Chairman Anderson noted that the financial, legal, and small business reviews were all satisfactory. Ms. van den Berg stated that there was only one irregularity with the date on the ACBDE subcontract, but this has been corrected. She confirmed that all the material was reviewed and deemed satisfactory. Chairman Anderson asked if anyone in the audience would like to speak to this matter. Hearing none, he then asked if any Committee members had questions. Vice Chair Sharman asked if staff was comfortable with the incumbent s performance. Mr. El- Baroudi stated that the Aviation Authority is satisfied with the services Mears has provided for the past 4 years. Chairman Anderson inquired about the current MACF. Mr. El-Baroudi indicated that the current MACF is approximately $4 million; however, the percentage of Gross Receipts was not reached. Mr. El-Baroudi further explained that the new MACF is lower, but they will be able to reach the Gross Receipt percentage. There were no further questions or comments. Upon motion by Vice Chair Sharman, second by Mr. Friel, vote carried and motion passed to approve staff s recommendation. 3

5 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE REVIEW OF PROPOSAL RECEIVED FOR THE REQUEST FOR PROPOSALS #03-19 TRAVEL SUPPORT AND EXPENSE REPORTING SERVICES 4. Ms. Schneider presented the item. The Contract period will be for thirty-six (36) months with the initial service to commence on or about January 1, 2019, and with the Aviation Authority having unlimited options to renew the contract for one (1) year each. This award will result in a contract for the Service Provider to provide all labor, supervision, equipment, supplies, and all other items necessary or proper for, or incidental to, providing support for the Aviation Authority s Travel Services to procure travel utilizing pre-approved expense report with on-line approval, provide travel assistance (including VIP travel assistance services), manage travel costs, provide policy compliance/monitoring, and travelers expense reporting with the ability to upload back-up documentations in accordance with the contract documents. On August 28, 2018, the following Proposals were received: Name of Respondent AAA Corporate Travel Teplis Travel Staff reviewed the submittals and provided detailed information on both Proposals. The total amount awarded is to be funded from the Operations and Maintenance Other Contractual Services account code line Funds expected to be spent within the current fiscal year are within budget. It is respectfully requested that the Concessions/Procurement Committee: (1) evaluate and rank the Proposers based on each of the Proposals; (2) authorize Staff to enter into negotiations with the first ranked Proposer, and if that negotiation is not successful, with the second ranked Proposer; (3) authorize funding from the Operation and Maintenance Fund, and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel. Chairman Anderson asked if anyone in the audience would like to speak to this matter. Hearing none, he then asked Ms. Schneider to review the evaluation criteria and staff s findings. Ms. Schneider indicated that the following are the evaluation criteria the Aviation Authority used in determining which Proposal is most advantageous to the Aviation Authority: 1. Proposer s qualifications and experience, including references, of providing Travel and Support Services. Prior experience including verified reference. 2. Proposer s personnel and Account Manager Qualifications and Experience, including references, of providing Travel and Support Services. 3. Proposer s On-Line Reservation Booking System, including compliance to the Aviation Authority s travel policy. 4. Proposer s Travel Assistance Services, including a risk management program to provide alert services and VIP travel assistance services. 5. Proposer s reporting capability, including travelers expense reporting. 6. Proposer s Implementation Plan and Training Plan. 7. Proposer s responses to the Questionnaire. 8. Proposer s Prices. Ms. Schneider proceeded to provide staff s observations as follows: 4

6 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE References - Both Proposers met the requirements for references and provided all required documentation, including staff and management resumes. Staff noticed that AAA Corporate Travel is associated with various purchasing consortiums; however, Teplis Travel is not associated with any. Training AAA Corporate Travel did not provide its training plan; type and number of hours of estimated training for each participant; list of training materials and manuals; approach to evaluating the training effectiveness; and/or new traveler refresher training information. Teplis Travel failed to provide its list of training material and manuals, and its approach to evaluating the training effectiveness. Objections and Additions to Standard Contract Terms and Conditions AAA Corporate Travel did not provide the required statement indicating that it is willing to sign the contract, which includes the General Conditions and Specification set forth in the RFP. On-line Reservation Booking System - Both Proposers use Concur for on-line reservations; however, Teplis Travel noted that Concur Expense reporting tool requires a direct contract with Concur. Compliance with Aviation Authority s Travel Policy Both Proposers stated that they will comply with the Aviation Authority s travel policy. Risk Management Program and VIP Travel Assistance Services Both Proposers indicated that they will provide risk management and VIP travel assistance services. Reporting Capabilities Both companies can provide pre-travel reporting; however, AAA Corporate Travel cannot provide post-travel expense reporting. Vice Chair Sharman asked if AAA Corporate Travel offered the post-travel expense reporting tool option through direct contract with Concur anywhere in its proposal. Ms. Schneider replied no. Chairman Anderson asked Ms. Thacker to provide her observations of the submittals. Ms. Thacker indicated that both Proposers met the minimum requirements and that the next step is for the Committee to evaluate and determine if a Proposer s failure to submit information impacts the ability of the Proposer to provide the services required. Ms. Thacker directed Committee members to utilize the evaluation sheet provided (copy on file) to evaluate Proposers in each criteria. Chairman Anderson explained to the Committee the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Acceptable (A), Less Than Adequate (LA) and Unacceptable (U). Committee members proceeded to evaluate and rank Proposers submittals: 1. Qualifications and Experience of Proposers Chairman Anderson asked Ms. Schneider to provide her observations. Ms. Schneider indicated that both companies demonstrated ample experience and qualifications in the travel industry. Chairman Anderson suggested an O or VG ranking for both firms. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking VG VG 2. Qualification and Experience of Personnel and Account Manager - Chairman Anderson reviewed AAA Corporate Travel s and Teplis Travel s managers experience and suggested a VG ranking for both firms. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking VG VG 5

7 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE 3. On-Line Reservation Booking System (including compliance to the Aviation Authority s Travel Policy) After detailed discussion among the Committee and Ms. Schneider about Proposer s capabilities, Vice Chair Sharman suggested an A ranking for both firms in this criterion. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking A A 4. Travel Assistance Services (including a risk management program to provide alert services and VIP travel assistance services) Vice Chair Sharman asked Ms. Schneider to speak to this criterion and provide her observations. Ms. Schneider reiterated that both Proposers provided the required risk management program; however, it is at an additional cost to the Aviation Authority. Additionally, both Proposers provided VIP travel assistance services that are fairly similar. Vice Chair Sharman suggested a ranking of A for both Proposers. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking A A 5. Reporting Capabilities (including travelers expense reporting) Ms. Schneider restated that AAA Corporate Travel cannot provide post-travel expense reporting and Teplis Travel can provide these services by partnering with Concur. Furthermore, Teplis Travel offers the ability to upload documents to the expense report and also offers an online phone application. Vice Chair Sharman explained how important it is for the Finance Department to have the ability to automate the expense report functions and make it a complete cycle, from the time of approval, to when the traveler makes the final expense report. Chairman Anderson suggested a ranking of U for AAA Corporate Travel. Vice Chair Sharman suggested a ranking of VG for Teplis Travel in this criterion. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking U VG 6. Implementation & Training Plan Ms. Schneider indicated that AAA Corporate Travel failed to provide a training plan. Under the implementation plan, AAA Corporate Travel provided the following statement: As an existing AAA Corporate Travel customer, the implementation plan will be customized to address program service updates. Mr. Friel asked if AAA Corporate Travel has an existing training plan in file. Ms. Schneider replied, no. Mr. Friel expressed his concerns regarding future training for new and existing employees. Ms. Schneider then indicated that Teplis Travel provided both a training and implementation plan. Vice Chair Sharman suggested a ranking of LA for AAA Corporate Travel and Mr. Friel suggested VG for Teplis Travel. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking LA VG 7. Responses to Questionnaire Ms. Schneider indicated that all questions were answered by both firms. Mr. Friel suggested an A ranking for both Proposers. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking A A 6

8 DRAFT MINUTES FOR THE NOVEMBER 5, 2018, CONCESSIONS/PROCUREMENT COMMITTEE 8. Prices Ms. Schneider observed that AAA Corporate Travel s price for Domestic Air and Domestic Hotel is lower than Teplis Travel; however, Teplis Travel has some additional services at no charge. Ms. Schneider s opinion is that both Proposers offered reasonable prices. Vice Chair Sharman suggested a ranking of A for both Proposers. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking A A Exceptions to Agreement or Scope Ms. Schneider explained that the Proposers were asked to agree to the Aviation Authority s terms and conditions. She reiterated that AAA Corporate Travel did not provide the required statement in which they agree to sign the contract, including the terms and conditions, if selected. Ms. Schneider reminded the Committee that AAA Corporate Travel is the incumbent and this may be the reason it did not provide the statement. Vice Chair Sharman suggested to assign a Fail to AAA Corporate Travel and Pass to Teplis Travel. After further discussion, Vice Chair Sharman changed her recommendation and suggested to rank AAA Corporate Travel U and Teplis Travel A. The Committee concurred ranking in this category as follows: Proposer AAA Corporate Travel Teplis Travel Ranking U A The Committee ratings were summarized, as follows: Proposer Outstanding Very Good Adequate Less than Adequate Unacceptable AAA Corporate Travel Teplis Travel Vice Chair Sharman asked Ms. Schneider if she agreed with the summarized ranking. Ms. Schneider replied yes, and requested that the motion include an option to negotiate with the second-ranked firm, if negotiations fail with the first-ranked firm. Upon motion by Vice Chair Sharman, second by Mr. Engle, vote carried and motion passed to (1) approve the ranking below for the Request for Proposals (RFP) #03-19, Travel Support and Expense Reporting Services; (2) authorize staff to enter into negotiations with the first-ranked Proposer, and if negotiations are not successful, negotiate with the second-ranked firm: First: Second: Teplis Travel AAA Corporate Travel ADJOURNMENT 5. Chairman Anderson asked if there was further business to discuss before the Committee. Having no further business to discuss, Chairman Anderson adjourned the meeting at 2:20 p.m. The next scheduled CPC meeting will be held on Monday, November 19, 2018 at 1:30 p.m. in the Carl T. Langford Board Room. (Digitally signed on ) Larissa Bou Recording Secretary Raymond Anderson Chairman 7

9 DRAFT On NOVEMBER 19, 2018, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in the Carl T. Langford Board Room at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida, Chairman Anderson called the meeting to order at 1:31 p.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee members present: Staff/Others present: Raymond Anderson, Chair Kathleen Sharman, Vice Chair Bradley Friel, Director of Planning Thomas Draper, Senior Director of Airport Operations Diana Hershner, Purchasing Bruce Gant, Purchasing Kate Stangle, Legal Counsel, Nelson Mullins Broad and Cassel Larissa Bou, Recording Secretary Chairman Anderson announced to all present that if anyone is aggrieved by any of the proceedings of today s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, November 26, 2018 at 4:00 p.m. For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, including the Mayor of the City of Orlando or the Mayor of Orange County, at their offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) MINUTES 1. This item was deferred. CONSENT ITEMS 2. Upon motion by Mr. Draper, second by Mr. Friel, vote carried to approve the following Consent Agenda items: a. recommend to the Chief Executive Officer to: (1) deem the quotations submitted by Globe Electric and Cavotec non-responsive for the reasons stated on the memorandum; (2) award Purchasing Request for Written Quotations # to Verde GSE as the low, responsive and responsible Respondent in the not-to-exceed amount of $193,101; (3) authorize funding from previously-approved Capital Expenditure Fund; and (4) authorize the Purchasing Office to issue the necessary Purchase Order; b. recommend to the Aviation Authority Board to: (1) award the purchase of seven (7) 2019 Ford Econoline E-450 Cutaway Buses, pursuant to the Sourcewell Contract # NAF, to Alan Jay Automotive Management, Inc. at the cost of $547,920.31; (2) authorize funding from the 1

10 DRAFT MINUTES FOR THE NOVEMBER 19, 2018, CONCESSIONS/PROCUREMENT COMMITTEE approved Capital Expenditure Funds; and (3) authorize the Purchasing Office to issue the necessary Purchase Order; c. recommend to the Aviation Authority Board to: (1) authorize funding for a 3 month extension, from February 1, 2019 April 30, 2019, with National Express Transit Corporation from the Operations and Maintenance Fund in a not-to-exceed amount of $1,282, and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an Amendment following satisfactory review by legal counsel; d. recommend to the Aviation Authority Board to: (1) accept staff s recommendation for a Single Source Second Renewal Option of Purchasing Contract 19-17, Remote Airline Check- In (RAC) Services, with Baggage Airline Guest Services, Inc. (BAGS); (2) authorize funding from the Operation and Maintenance Fund in the total not-to-exceed amount of $907,344.00; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an Amendment following satisfactory review by legal counsel. e. recommend to the Chief Executive Officer to: (1) authorize the initial twenty-two (22) month term of the Noise and Operations Monitoring System Agreement from Casper Airport Solutions, Inc. based on a Piggyback of Contract No through Hillsborough County Aviation Authority; (2) authorize funding from the approved Operation and Maintenance Fund in the notto-exceed amount of $136,667; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel; f. recommend to the Aviation Authority Board to: (1) approve the 12 month term Agreement with Orlando Sports Holdings, LLC based on a on a Single Source Procurement Justification; (2) authorize funding from the approved Operation and Maintenance Fund in the not-to-exceed amount of $225,000.00; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel; Chairman Anderson asked if anyone in the audience would like to speak to this matter. Hearing none, he then asked if any Committee members had questions. There was no response to either inquiry. RECOMMENDATION TO AWARD INVITATION FOR BID (IFB) 06-19, PARKING GARAGE JANITORIAL MAINTENANCE 3. Mr. Gant presented the item. The term of the Contract is for thirty-six (36) months with initial service to commence on or about March 1, 2019, and with the Aviation Authority having options to renew the Contract for two (2) additional periods of one (1) year each. This Contract will be to furnish all labor, supervision, equipment, tools, janitorial cleaning supplies, fuel, oil, lubricants, uniforms, vehicles and all other items necessary or proper for, or incidental to, performing janitorial maintenance of the parking garage and surface parking areas located at the Orlando International Airport ( OIA ) in accordance with the Contract Documents. Attached is the Award Criteria and/or Bid Schedule. On October 3, 2018, the following IFB s were received: Name of Respondent Total Three (3) Year Bid Price P2 Cleaning Services LLC $3,547, Florida Cleaning Systems, Inc. $3,560, Flagship Airport Services, Inc. $3,979, ISS Facility Services, Inc. $4,129, American Janitorial Maintenance & Service, Inc. $4,277, Owens, Renz & Lee Co., Inc. d/b/a Owens Realty Services $4,912, City Wide Maintenance of Orlando No Bid RW Services LLC d/b/a Puro Clean Disaster Service No Bid 2

11 DRAFT MINUTES FOR THE NOVEMBER 19, 2018, CONCESSIONS/PROCUREMENT COMMITTEE 1 The Bid submitted by P2 Cleaning Services LLC, contained mathematical errors in its price schedule resulting in an understatement of their bid by $3, The corrected price is reflected in the above tabulation. The errors did not affect the ranking. 2 The Bid submitted by Flagship Airport Services, Inc., contained mathematical errors in its price schedule resulting in an understatement of their bid by $1, The corrected price is reflected in the above tabulation. The errors did not affect the ranking. 3 The Bid submitted by ISS Facility Services, Inc., contained mathematical errors in its price schedule resulting in an understatement of their bid by $1, The corrected price is reflected in the above tabulation. The errors did not affect the ranking. 4 The Bid submitted by American Janitorial Maintenance and Service, Inc., contained mathematical errors in its price schedule resulting in an understatement of their bid by $63, The corrected price is reflected in the above tabulation. The errors did not affect the ranking. 5 The Bid submitted by Owens, Renz & Lee Co., Inc. d/b/a Owens Realty Services contained mathematical errors in its price schedule resulting in an overstatement of their bid by $9, The corrected price is reflected in the above tabulation. The errors did not affect the ranking. References for the lowest Bidder, P2 Cleaning Services LLC were checked and based thereon they were determined to be non-responsible due to not meeting the second minimum responsibility requirement (see Attachment A). P2 Cleaning Services LLC does not have the required experience of providing janitorial maintenance services for a parking garage facility in a campus-like environment with a minimum of 7,000 spaces throughout the same facility within the three (3) years immediately preceding the date of the IFB. References for the second low bidder Florida Cleaning Systems, Inc., were checked and based thereon were determined to be responsible. Flagship Airport Services, Inc. and ISS Facility Services, Inc. could not provide references to prove their responsibility. This solicitation includes a Minority and Women Business Enterprise (MWBE) goal of 18% and a Local Developing Business (LDB) goal of 2%. The Aviation Authority s Director of Small Business Development has reviewed all of the IFB s submitted for this procurement and has determined Flagship Airport Services, Inc., Florida Cleaning Systems, Inc., ISS Facility Services, Inc., Owens, Renz & Lee Co., Inc., and P2 Cleaning Services, LLC are responsive to the MWBE and LDB requirements and American Janitorial and Maintenance and Services, Inc. should be considered non-responsive (see Attachment B). The amount paid to the Contractor is based on actual work requested, performed, and approved by the Aviation Authority, based on the Daily Prices for each area listed in the Maps included with the Performance Work Statement and the Hourly Rate for Additional Services in accordance with the Contract Document. Florida Cleaning Services, Inc. s Bid in the amount of $3,560,991 is to be funded from the Operation and Maintenance Fund account code numbers , , , and Funds expected to be spent under the contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operation and Maintenance Fund as approved through the budget process and when funds become available. It is respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) deem the bids from Flagship Airport Services, Inc. and ISS Facility Services, Inc. as non-responsible and the bid from American Janitorial Maintenance & Service, Inc. as non-responsive; (2) award Purchasing Bid 06-19, Parking Garage Janitorial Maintenance to Florida Cleaning Systems, Inc., as the low responsive and responsible Bidder; (3) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $3,560,991; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel. 3

12 DRAFT MINUTES FOR THE NOVEMBER 19, 2018, CONCESSIONS/PROCUREMENT COMMITTEE Chairman Anderson asked if anyone in the audience would like to speak to this matter. Hearing none, he then asked if any Committee member had questions. Vice Chair Sharman asked for clarification regarding staff s recommended action, since the recommendation does not include P2 Cleaning Services, LLC is not as one of the non-responsible Bidders. Mr. Gant indicated that it P2 Cleaning Services, LLC should be included as one of the Bidders to be deemed nonresponsible (copy of the revised memorandum is on file). Vice Chair Sharman asked Mr. Gant to repeat the amended recommendation for the record. Mr. Gant read the amended recommendation, as follows: (1) deem the bids from P2 Cleaning Services, LLC, Flagship Airport Services, Inc. and ISS Facility Services, Inc. as non-responsible and the bid from American Janitorial Maintenance & Service, Inc. as non-responsive; (2) award Purchasing Bid 06-19, Parking Garage Janitorial Maintenance to Florida Cleaning Systems, Inc., as the low responsive and responsible Bidder; (3) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $3,560,991; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an agreement following satisfactory review by legal counsel. Upon motion by Vice Chair Sharman, second by Mr. Friel, vote carried and motion passed to approve staff s recommendation, as amended. ADJOURNMENT 4. Chairman Anderson asked if there was further business to discuss before the Committee. Having no further business to discuss, Chairman Anderson adjourned the meeting at 2:20 p.m. The next scheduled CPC meeting will be held on Monday, November 19, 2018 at 1:30 p.m. in the Carl T. Langford Board Room. (Digitally signed on ) Larissa Bou Recording Secretary Raymond Anderson Chairman 4

13 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida TO: FROM: Members of the Concessions/Procurement Committee Denise K. Schneider, CPPO, C.P.M., CPPB, C.M., Assistant Director, Purchasing and Material Control DATE: December 3, 2018 ITEM DESCRIPTION Recommendation to Approve a Second Renewal Option for Purchasing Contract 10-15, Lightning Protection System Maintenance with Tarten X, Inc. d/b/a McLean Lightning Protection BACKGROUND The term of the contract was for thirty-six (36) months which commenced on June 1, 2015, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on May 31, This contract requires Tarten X, Inc. d/b/a McLean Lightning Protection to furnish all labor, supervision, equipment, and tools, for additions, modification and repair, and all other items necessary or proper for, or incidental to performing, the existing Franklin and Early Streamer Emission lightning protection systems on buildings, high masts lighting assemblies, towers, and antennas at the Orlando International Airport and Orlando Executive Airport in accordance with the Contract Documents (see Attachment A). A Minority and Women Business Enterprise (MWBE) and Local Developing Business (LDB) participation goal has not been established for this contract (see Attachment B). ISSUES Second Renewal Option - June 1, 2019 through May 31, Department Concurs with renewal. Contractor Based on the information known at this time, Contractor has performed satisfactorily during the first renewal option. Pricing is based on - (1) hourly rate for standard hours and (2) parts, materials, rentals and components purchased for lightning protection system maintenance services. The annual value for the second renewal option is a total not-to-exceed amount of $31,800 with no hourly labor rate increases for the second renewal option. FISCAL IMPACT The fiscal impact anticipated for the second renewal option is a not-to-exceed amount of $31,800. Funding will be from the Operation and Maintenance Fund, account code number ; ; ; Funds expected to be spent under the CONSENT AGENDA ITEM A -

14 contract in the current fiscal year are within budget. The department intends to submit budget requests for funds expected to be spent under the contract in future fiscal years and such requests, when considered with other known or anticipated obligations of the department for such future years, do not exceed expected or reasonable funding approvals (see Attachment C). RECOMMENDED ACTION It is respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Chief Executive Officer: (1) Second Renewal Option for Purchasing Contract 10-15, Lightning Protection System Maintenance, with Tarten X, Inc. d/b/a McLean Lightning Protection through May 31, 2020; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $31,800; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an amendment following satisfactory review by legal counsel.

15 ATTACHMENT A SUMMARY OF CONTRACT REVISIONS SECOND RENEWAL OPTION 10-15, LIGHTNING PROTECTION SYSTEM MAINTENANCE CONTRACT APPROVALS DESCRIPTION TERM DOLLARS Initial Term Purchasing Manager Approval 12/04/2013 Executive Director Approved 36 Months Contract Award 06/01/2015 to 05/31/2018 $92, Amendment No. 1 CPC Approval 12/11/2017 Chief Executive Officer approved 1/24/ st Renewal Option 06/01/2018 to 05/31/2019 $31, Amendment No. 2 Pending CPC Approval 12/3/18 2nd Renewal Option 06/01/2019 to 05/31/2020 $31, Total Contract Value with all Changes (approved and proposed) $156,300.00

16 ATTCHMENT B SMALL BUSINESS MEMO

17 ATTACHMENT C FINANCE FORM

18 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Denise K. Schneider, CPPO, C.P.M., CPPB, C.M., Assistant Director, Purchasing and Material Control DATE: December 3, 2018 ITEM DESCRIPTION Recommendation to Approve a Second Renewal Option for Purchasing Contract 11-15, Electrical and Relamping Services with M&M Electric of Central Florida, Inc. BACKGROUND The term of the contract was for thirty-six (36) months which commenced on July 1, 2015, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The first renewal option is due to expire on June 30, This contract requires M&M Electric of Central Florida, Inc. to furnish all labor, supervision, tools, materials, equipment, accessories, and all other items necessary or proper for, or incidental to, performing electrical and relamping services on an as needed basis at the Orlando International Airport in accordance with the Contract Documents (see Attchment A). This contract include a Minority and Women Business Enterprise (MWBE) participation goal of 13.3%. The contractor is in good standing as it relates to small business participation (see Attachment B). ISSUES Second Renewal Option - July 1, 2019 through June 30, Department Concurs with renewal. Contractor Based on the information known at this time, the contractor has performed satisfactorily during the first renewal option. Pricing is based on - hourly rate for standard and non-standard hours for: (i) Journeyman Electrician/On-Site Manager; (ii) Apprentice Electrician; (iii) Electrician Helper; and the mark-up percentage over its costs for parts, materials, rentals, and components purchased for the electrical and relamping services; and (iv) lamp replacement cost services. M&M Electric of Central Florida, Inc. has requested an increase based on the September 2018 CPI 2.3% rate, per the contract escalation clause. Prices were adjusted to reflect the 2.3% increase. The annual value for the second renewal option is a total not-to-exceed amount of $484, The actual amount paid to contractor is based on actual work requested, performed, and approved by the Aviation Authority. CONSENT AGENDA ITEM - B -

19 FISCAL IMPACT The fiscal impact anticipated for the second renewal option is a not-to-exceed amount of $484, Funding will be from the Operation and Maintenance Fund, account code numbers ; ; ; ; ; Funds expected to be spent under the Contract in the current fiscal year are within budget. The department intends to submit budget requests for funds expected to be spent under the contract in future fiscal years and such requests, when considered with other known or anticipated obligations of the department for such future years, do not exceed expected or reasonable funding approvals (see Attachment C). RECOMMENDED ACTION It is respectfully requested that the Concessions/Procurement Committee approve/ accept that the following be recommended to the Aviation Authority Board: (1) Second Renewal Option for Purchasing Contract 11-15, Electrical and Relamping Services with M&M Electric of Central Florida, Inc. through June 30, 2020; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $484,815.30; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an amendment following satisfactory review by legal counsel.

20 Attachment A SUMMARY OF CONTRACT REVISIONS SECOND RENEWAL OPTION 11-15, ELECTRICAL AND RELAMPING SERVICES CONTRACT APPROVALS DESCRIPTION TERM DOLLARS Initial Term CPC Approved 4/27/15, Board Approved 5/20/15, Item D 36 Months Contract Award 07/01/2015 to 06/30/2018 $1,414, Amendment No. 1 CPC Approval 02/19/2018 Board Agenda 4/18/18, Item U 1 st Renewal Option 07/01/2018 to 06/30/2019 $ 475, Amendment No. 2 PM Memo Approved 09/07/2018 Executive Approved 10/5/18 Increase In Value 6/01/2018 to 06/30/2018 $ 8, Amendment No. 2 Pending CPC Memo Approval 12/03/ nd Renewal Option 7/01/2019 to 06/30/2020 $484, Total Contract Value with all Changes (approved and proposed) $2,382,859.30

21 Attachment B Small Business Memo

22 Attachment C Finance Attachment

23 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Denise K. Schneider, CPPO, C.P.M., CPPB, C.M., Assistant Director, Purchasing and Material Control DATE: December 3, 2018 ITEM DESCRIPTION Recommendation to Approve a First Renewal Option for Purchasing 04-16, Management of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) and Batteries, and Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services with Electric Services, Inc. BACKGROUND The term of the contract was for thirty-six (36) months which commenced on July 1, 2016, with the Aviation Authority having options to renew the contract for two (2) additional periods of one (1) year each. The original term expires on April 30, This contract requires Electric Services, Inc. to provide management oversight for all labor, supervision, test and safety equipment, tools, hardware to perform inspection and testing services, materials, supplies, accessories, infrared testing, document and inspection services, and all other items necessary or proper for, or incidental to, performing annual inspections, cleaning, calibrating, adjusting, testing (annual services), and repairs of: (1) Electrical Switchgear Equipment; (2) Generators, (3) Uninterruptible Power Supplies (UPS) and Batteries; and (4) Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair at the Orlando International Airport and Orlando Executive Airport in accordance with the contract documents (see Attachment A). This contract includes a Minority and Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The participation goal for this contract is 17% for MWBE and 1.7% for LDB. The Small Business Development office certifies that Electric Services Inc. is in good standing as it relates to small business participation (see Attachment B). ISSUES First Renewal Option - May 1, 2019 through April 30, Department Concurs with renewal. Contractor Based on the information known at this time, the contractor has performed satisfactorily during the original term. CONSENT AGENDA ITEM - C -

24 Pricing is based on the following: (i) Switchgear Maintenance Services: (a) an hourly service rate for each of the Original Equipment Manufacturers (OEMs): EATON, Russ Electric and CATISO Electric; (b) the mark-up percentage over its costs for parts, materials, rentals and components purchased for switchgear maintenance; (c) a standard and non-standard hourly rate for journeyman, mechanic and helper. (ii) Generators: (a) unit price for: monthly, intermediate (quarterly and annual), annual generator inspections and services, and 2-Hour Load bank for generator maintenance and test services; (b) standard and non-standard hours for additional works; and (c) the mark-up percentage over its costs for materials, rentals, components purchased for generator and other expenses. (iii) UPS & Battery Preventive Maintenance & Repair Services: (a) a quarterly rate for the preventive maintenance and repair; (b) the mark-up percentage over its costs for parts, materials, specialized subcontractor costs, and components purchased; and (c) an hourly rate for standard and non-standard hours. (iv) Emergency Generator Fuel Delivery System: (a) unit price for the testing and analysis of fuel tanks, cleaning of fuel tanks, and transfer of fuel; (b) an hourly rate for standard and non-standard additional work hours for maintenance and repairs; and (c) the mark-up percentage over its costs for parts, materials, disposal fees and subcontractors. The Aviation Authority only pays for work authorized and completed by the Contractor. Per the contract escalation clause, Electric Services, Inc. has requested an increase based on the September 2018 CPI 2.3% rate. Prices were adjusted to reflect the 2.3% increase. The annual value for the first renewal option is a total not-to-exceed amount of $2,410, FISCAL IMPACT The fiscal impact anticipated for the first renewal option is a not-to-exceed amount of $2,410, Funding will be from the Operation and Maintenance Fund, account code number ; and Funds expected to be spent under the contract in the current fiscal year are within budget. The department intends to submit budget requests for funds expected to be spent under the contract in future fiscal years and such requests, when considered with other known or anticipated obligations of the department for such future years, do not exceed expected or reasonable funding approvals (see Attachment C).

25 RECOMMENDED ACTION It is respectfully requested that the Concessions/Procurement Committee approve/ accept that the following be recommended to the Aviation Authority Board: (1) a First Renewal Option to Purchasing Contract 04-16, Management Of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) And Batteries, And Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services with Electric Services, Inc. with Electric Services, Inc. through April 30, 2020; (2) authorize funding from the Operation and Maintenance Fund in the not-toexceed amount of $2,410,328.72; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an amendment following satisfactory review by legal counsel.

26 Attachment A SUMMARY OF CONTRACT REVISIONS FIRST RENEWAL OPTION 04-16, Management Of Electrical Switchgear Equipment, Generators, Uninterruptible Power Supplies (UPS) And Batteries, And Emergency Generator Fuel Delivery System (FDS) Testing, Maintenance and Repair Services CONTRACT APPROVALS DESCRIPTION TERM DOLLARS Initial Term Amendment No. 1 Amendment No. 2 CPC 10/26/2015 Board Meeting dated 03/16/ Item G CPC 08/21/2017 Board Agenda 09/20/2016, Item G PM Approved 08/02/2018 Chief Executive Officer 10/05/ Months Contract Award Increase In Value Contract Adjustment Add OEA Equipment 05/01/2016 thru 04/30/ /1/2017 thru 04/30/ /1/2018 thru 04/30/2019 $4,822, $ 480, $ 40, Amendment No. 3 Pending CPC 12/03/18 1 st Renewal Option 08/1/2018 thru 04/30/2019 $2,410, Total Contract Value with all Changes (approved and proposed) $7,752,847.47

27 Attachment B Small Business Memo

28 Attachment C Finance Form

29 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce L. Gant, Purchasing Manager - Contracts DATE: December 3, 2018 ITEM DESCRIPTION Recommendation to Approve the Second Renewal Option and a Contract Adjustment for Purchasing Contract with RealTime Services, LLC d/b/a TopTalent Staffing for Customer Service Ambassador Services at Orlando International Airport BACKGROUND The contract requires RealTime Services, LLC d/b/a TopTalent Staffing (TopTalent) to provide all labor, supervision, management, administrative oversight, supplies and all other items necessary or proper for, or incidental to, the providing of Customer Service Ambassador Services at the Orlando International Airport in accordance with the Contract Documents. On February 18, 2015, the Aviation Authority Board awarded Purchasing Contract to TopTalent. The Contract was effective on March 15, 2015, for a period of thirty (36) months with the Aviation Authority having options to renew the Contract for two (2) additional periods of one (1) year each. On December 20, 2017, the Aviation Authority Board approved the first renewal option through March 14, ISSUES Second Renewal Option March 15, 2019 through March 14, 2020, which includes a 2.9% CPI increase in pay rate for all positions. Contract Adjustment Staff is requesting the addition of a Manager position. Department Concurs with the Second Renewal Option and Contract Adjustment. Contractor Based on the information known at this time, the Contractor has performed satisfactorily during the Initial Term and during the First Renewal Option. The Renewal Option Value is based on the existing Billable Labor Rates for the Customer Service Ambassadors and Supervisors with a CPI increase of 2.9% which is allowable under the Contract. The actual amount paid to Contractor is based on actual work requested, performed, and approved by the Aviation Authority. Attachments A Contract History B Small Business Memo C Finance Form CONSENT AGENDA ITEM - D -

30 Furthermore, the department is requesting the addition of a Manager position to the Contract. During the initial term and the first renewal option, the Customer Service Ambassadors program has expanded to all four airsides and to the South APM Complex resulting in a considerable increase in the contractor s ambassadors staff. The Manager position is needed in order to better manage the ambassadors staff and achieve the contract goals. The Contract includes a Minority and Women Business Enterprise (MWBE) participation goal of 22% and it does not include a Local Developing Business (LDB) participation requirement. The Office of Small Business Development certifies that the Contract is in good standing as it relates to MWBE participation. FISCAL IMPACT The total fiscal impact for the Second Renewal Option and the Contract Adjustment is a not-to-exceed amount of $3,363, Funding will be from the Operation and Maintenance Fund, account number & Funding required in current and subsequent fiscal year will be allocated from the Operation and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Concessions/Procurement Committee approve/accept that the following be recommended to the Aviation Authority Board: (1) approve the Second Renewal Option and the Contract Adjustment for Purchasing Contract with RealTime Services, LLC d/b/a TopTalent Staffing through March 14, 2020; 2) authorize funding in the not-to-exceed amount of $3,363,680 from the Operation and Maintenance Fund; 3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an Amendment following satisfactory review by legal counsel.

31 ATTACHMENT A Summary of Contract Revisions CUSTOMER SERVICE AMBASSADOR Contract Approvals Description Term Dollars Initial Term CPC 1/26/2015 Board 2/18/2015, Item C 36 Months Contract Award 3/15/2015 thru 3/14/2018 $3,460, Amendment No. 1 CPC 5/27/16 Board, 6/15/2016, Item L Increase in Value 9/1/2016 thru 3/31/2017 $709, Amendment No. 2 CPC 9/5/2017 Board, 9/20/2017, Item J Increase in Value 3/15/2017 thru 3/14/ /1/2017 thru 3/14/2018 $417, $194, Total $611, Amendment No. 3 CPC 11/27/2017 Board, 12/20/2017, Item PP Renewal Option 3/15/18 thru 3/14/19 $2,996, Amendment No. 4 Pending CPC 12/3/2018 Renewal Option 3/15/19 thru 3/14/20 $3,363, Total Contract Value with all Changes (approved and proposed) $11,140,584.16

32 ATTACHMENT B GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport 5850-B Cargo Road Orlando, Florida MEMORAMDUM To: From: Denise K. Schneider, CPPO, C.P.M., C.M., Assistant Director, Purchasing and Material Control Somdat Jiawan, Manager, Small Business Programs Orlando Santiago, Small Business Contract Administrator Date: November 21, 2018 Re: Recommendation to exercise the Second Renewal Option and a Contract Adjustment of Purchasing Contract Customer Service Ambassador Services with RealTime Services, LLC d/b/a TopTalent Staffing. On February 18, 2015, the Aviation Authority Board awarded Purchasing Contract to TopTalent. The Contract was effective on March 15, 2015, for a period of thirty (36) months with the Aviation Authority having options to renew the Contract for two (2) additional periods of one (1) year each. On December 20, 2017, the Aviation Authority Board approved the first renewal option through March 14, Issues: Second Renewal Option March 15, 2019 through March 14, 2020, which includes a 2.9% CPI increase in pay rate for all positions. Fiscal Impact: The total fiscal impact for the Second Renewal Option and the Contract Adjustment is a not-to-exceed amount of $3,363, At the time the contract was awarded, a 22% MWBE goal was established. The Small Business Development Department certifies that the vendor is in good standing as it relates to small business participation. The same small business participation requirement will apply to this amendment. Should you have questions, you may contact Orlando Santiago at

A. Purchasing Request for Written Quotations # , Cisco Catalyst 9300 Switch Equipment Procurement Award Recommendation

A. Purchasing Request for Written Quotations # , Cisco Catalyst 9300 Switch Equipment Procurement Award Recommendation CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: February 19, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

A. Review of Proposals for the STC Food and Beverage Package 1 Concession

A. Review of Proposals for the STC Food and Beverage Package 1 Concession CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: May 7, 2018 DAY: Monday TIME: 1:00 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m.

CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA. DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m. CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: March 4, 2019 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, FL 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

A. Request for Qualifications for Automobile Rental Concessions

A. Request for Qualifications for Automobile Rental Concessions CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: June 25, 2018 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room One Jeff Fuqua Blvd. Orlando, Fl. 32827 I. CALL TO ORDER II. ANNOUNCEMENTS

More information

A. Purchasing Request for Written Quotation # , Roll Paper Towel Supply Procurement Award Recommendation

A. Purchasing Request for Written Quotation # , Roll Paper Towel Supply Procurement Award Recommendation CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: August 21, 2017 DAY: Monday TIME: 1:30 p.m. LOCATION: Carl T. Langford Board Room, OIA, One Jeff Fuqua Boulevard, Orlando, FL I. CALL TO ORDER II. ANNOUNCEMENTS

More information

CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M.

CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M. CAPITAL MANAGEMENT COMMITTEE AGENDA DATE: DECEMBER 12, 2017 DAY: TUESDAY TIME: 3:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT For individuals who conduct lobbying activities

More information

MINUTES OF THE DECEMBER 12, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY

MINUTES OF THE DECEMBER 12, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY On WEDNESDAY, DECEMBER 12, 2018, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the

More information

offices and the web site. Please contact the Director of Board Services with questions at (407)

offices and the web site. Please contact the Director of Board Services with questions at (407) On WEDNESDAY, SEPTEMBER 26, 2018, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met in the Carl T. Langford Board Room, One Jeff Fuqua Boulevard, Orlando, FL 32827. Vice

More information

PROFESSIONAL SERVICES COMMITTEE

PROFESSIONAL SERVICES COMMITTEE On THURSDAY, JULY 20, 2017, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met Carl T. Langford Board Room, One Jeff Fuqua Boulevard, Orlando, FL 32827. Chair Thornton called

More information

PROFESSIONAL SERVICES COMMITTEE

PROFESSIONAL SERVICES COMMITTEE On TUESDAY, JULY 17, 2018, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met at the GOAA Annex Building, 1 st Floor Conference Rooms (Apollo/Gemini/Taurus), 5855 Cargo Road,

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, November 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, November 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA AVIATION AUTHORITY REGULAR BOARD MEETING Thursday, 9:00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA Any person who desires to appeal any decisions made at this meeting will need

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES The City of St. Pete Beach ( City ) is seeking statements of qualifications for the purpose of selecting a lobbyist to provide services representing

More information

MINUTES CONSENT ITEMS

MINUTES CONSENT ITEMS On DECEMBER 3, 2018, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in the Carl T. Langford Board Room at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando,

More information

MINUTES 1. Upon motion by Mr. Asher, second by Mayor Dyer, vote carried to accept the October 19 and November 16, 2016, minutes as written.

MINUTES 1. Upon motion by Mr. Asher, second by Mayor Dyer, vote carried to accept the October 19 and November 16, 2016, minutes as written. On WEDNESDAY, DECEMBER 14, 2016, the GREATER ORLANDO AVIATION AUTHORITY met in regular session at the Greater Orlando Aviation Authority offices, Orlando International Airport, One Jeff Fuqua Boulevard,

More information

Register, 2014 Commerce, Community, and Ec. Dev.

Register, 2014 Commerce, Community, and Ec. Dev. 3 AAC is amended by adding a new chapter to read: Chapter 109. Procurement Alaska Energy Authority Managed Grants. Article 1. Roles and Responsibilities. (3 AAC 109109.010-3 AAC 109109.050) 2. Source Selection

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, December 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, December 3, :00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA AVIATION AUTHORITY REGULAR BOARD MEETING Thursday, 9:00 A.M. Boardroom Level 3 at Tampa International Airport DRAFT AGENDA Any person who desires to appeal any decisions made at this meeting will need

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

ALL AGENCY PROCUREMENT GUIDELINES

ALL AGENCY PROCUREMENT GUIDELINES March 2013 ALL AGENCY PROCUREMENT GUIDELINES These guidelines apply to the Metropolitan Transportation Authority ("MTA"), the New York City Transit Authority ("Transit"), the Long Island Rail Road Company

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

COLLEGE SERVICES GUIDELINES AND PROCEDURES MANUAL REVISED MARCH 10, 2011

COLLEGE SERVICES GUIDELINES AND PROCEDURES MANUAL REVISED MARCH 10, 2011 COLLEGE SERVICES GUIDELINES AND PROCEDURES MANUAL REVISED MARCH 10, 2011 SECTION 2-14 - BIDDING Formal Solicitations Prior to any request for bid or proposal being prepared, advertised and disseminated

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, March 20, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

Violet Fermin, Construction Finance Hameedah McCondichie, Construction Finance Tuan Nguyen, Engineering. Daisily Pagan, Maintenance

Violet Fermin, Construction Finance Hameedah McCondichie, Construction Finance Tuan Nguyen, Engineering. Daisily Pagan, Maintenance On Tuesday, the CONSTRUCTION FINANCE OVERSIGHT COMMITTEE of the Greater Orlando Aviation Authority met in Conference Room "Apollo/Gemini/Taurus", at 5855 Cargo Road, Orlando, FL 32827. The meeting, having

More information

The Brooks Act: Federal Government Selection of Architects and Engineers

The Brooks Act: Federal Government Selection of Architects and Engineers The Brooks Act: Federal Government Selection of Architects and Engineers Public Law 92-582 92nd Congress, H.R. 12807 October 27, 1972 An Act To amend the Federal Property and Administrative Services Act

More information

City of Miami. Legislation. Ordinance: 13331

City of Miami. Legislation. Ordinance: 13331 City of Miami Legislation Ordinance: 13331 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00620 Final Action Date: 7/26/2012 AN ORDINANCE OF THE MIAMI CITY COMMISSION

More information

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES PURPOSE The purpose of these Procurement Procedures ("Procedures") is to establish procedures for the procurement of services for public private

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES July 23, 2013 Special Meeting 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE,

More information

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT: ORDINANCE 06-24 AN ORDINANCE OF THE POLK COUNTY BOARD OF COUNTY COMMISSIONERS TO BE ENTITLED THE "POLK COUNTY PROCUREMENT ORDINANCE"; SETTING FORTH THE ORDINANCE'S APPLICATION AND EXCLUSIONS; INCORPORATING

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

PURCHASING ORDINANCE

PURCHASING ORDINANCE PURCHASING ORDINANCE TABLE OF CONTENTS Page Number I. GENERAL PROVISIONS 7 1.1 Purpose 7 1.2 Applicability 7 1.3 Severability 7 1.4 Property Rights 7 1.5 Singular-Plural Gender Rules 7 1.5.1 Singular-Plural

More information

DES MOINES AIRPORT AUTHORITY BOARD SUMMARY MINUTES OF REGULAR MEETING Des Moines International Airport Board Room July 14, 2015

DES MOINES AIRPORT AUTHORITY BOARD SUMMARY MINUTES OF REGULAR MEETING Des Moines International Airport Board Room July 14, 2015 DES MOINES AIRPORT AUTHORITY BOARD SUMMARY MINUTES OF REGULAR MEETING Des Moines International Airport Board Room July 14, 2015 Call to Order and Roll Call: Present: Christensen, Feldmann, Hansell, Levy

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 27, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

MEETING MINUTES PANAMA CITY BAY COUNTY AIRPORT AND INDUSTRIAL DISTRICT

MEETING MINUTES PANAMA CITY BAY COUNTY AIRPORT AND INDUSTRIAL DISTRICT 21328 MEETING MINUTES PANAMA CITY BAY COUNTY AIRPORT AND INDUSTRIAL DISTRICT Opening: The Board Meeting of the Panama City-Bay County Airport and Industrial District was called to order at 9:00 a.m., April

More information

Request for Proposals: State Lobbying Services RFP-CMUA Proposals are due at 5:00 p.m., local time, Monday, January 22, 2018

Request for Proposals: State Lobbying Services RFP-CMUA Proposals are due at 5:00 p.m., local time, Monday, January 22, 2018 Request for Proposals: State Lobbying Services RFP-CMUA-2018-1 Proposals are due at 5:00 p.m., local time, Monday, January 22, 2018 Submit Proposals electronically in PDF form to trexrode@cmua.org California

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, October 6, :00 A.M. AGENDA

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, October 6, :00 A.M. AGENDA AVIATION AUTHORITY REGULAR BOARD MEETING Thursday, 9:00 A.M. Boardroom Level 3 at Tampa International Airport AGENDA Any person who desires to appeal any decisions made at this meeting will need a record

More information

STATE OF ARKANSAS PROFESSIONAL / CONSULTANT SERVICES INSTRUCTION SHEET

STATE OF ARKANSAS PROFESSIONAL / CONSULTANT SERVICES INSTRUCTION SHEET STATE OF ARKANSAS PROFESSIONAL / CONSULTANT SERVICES INSTRUCTION SHEET CONTRACT # VENDOR # FEDERAL I.D. or SSN# Enter Contract number in blank provided. This is the number that is assigned by AASIS. For

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS DIVISION 100 - PROCUREMENT CONTRACTS FOR GOODS AND SERVICES 100-1 DIVISION 100 - PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS 10.100 General Procurement Contracts; Exceptions Except

More information

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR May 16, 2017 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 619-3412 Request for Quote will be received until

More information

Summary Meeting Minutes

Summary Meeting Minutes ATTENDEES: Summary Meeting Minutes RFP No. R2112705P1 Janitorial Services for Various Large County Facilities Initial Evaluation Meeting Thursday, November 9, 2017, 2:00 P.M. Governmental Center Building,

More information

REQUEST FOR LETTERS OF INTEREST

REQUEST FOR LETTERS OF INTEREST ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Professional Services to Provide Title V Compliance Reporting for the Perdido Landfill Solicitation Identification Number PD 17-18.083 Letters of

More information

Purchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP

More information

Novato Fire District Board of Directors Finance Committee Meeting Agenda July 19, 2016

Novato Fire District Board of Directors Finance Committee Meeting Agenda July 19, 2016 Novato Fire District Board of Directors Finance Committee Meeting Agenda July 19, 2016 Time: 9:00 a.m. Location: Administration Building Heritage Conference Room 95 Rowland Way, Novato, CA 94945 The Finance

More information

A Bill Regular Session, 2017 SENATE BILL 521

A Bill Regular Session, 2017 SENATE BILL 521 Stricken language would be deleted from and underlined language would be added to present law. 0 0 0 State of Arkansas As Engrossed: S// S// S// S// st General Assembly A Bill Regular Session, 0 SENATE

More information

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA LEGISLATIVE COUNSEL BUREAU AUDIT DIVISION REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA For the years ending JUNE 30, 2014, 2015, 2016 and 2017 RELEASE DATE: January 10, 2014 DUE DATE:

More information

Passed on message of necessity pursuant to Article III, section 14 of the Constitution by a majority vote, three fifths being present.

Passed on message of necessity pursuant to Article III, section 14 of the Constitution by a majority vote, three fifths being present. Public Authority Reform Act of 2009 Laws of New York, 2009, Chapter 506 An act to amend the Public Authorities Law and the Executive Law, in relation to creating the Authorities Budget Office, to repeal

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017 These guidelines (the General Contract Guidelines ) apply to the Metropolitan Transportation Authority ("MTA"),

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, April 03, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES November 21, 2006 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco GAVIN NEWSOM, MAYOR COMMISSIONERS

More information

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A 220-RICR-30-00-01 TITLE 220 - DEPARTMENT OF ADMINISTRATION CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A PART 1 - GENERAL PROVISIONS 1.1 PURPOSES AND POLICIES A. The intent, purpose, and policy of these Procurement

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERMS AND CONDITIONS FORMS AND AGREEMENT PREPARED

More information

A G E N D A. October 26, :00 AM. Will Rogers World Airport Wiley Post Airport Clarence E. Page Airport

A G E N D A. October 26, :00 AM. Will Rogers World Airport Wiley Post Airport Clarence E. Page Airport A G E N D A 9:00 AM Will Rogers World Airport Wiley Post Airport Clarence E. Page Airport Trustees: Larry McAtee, Chairman, Trustee-Council Member Kirk Humphreys, Vice Chairman, Independent Trustee Mick

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, September 11, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

William DeHart, Jr. Steven Nascimento City Clerk Matthew Jacob Amy Bublak Kellie E. Weaver

William DeHart, Jr. Steven Nascimento City Clerk Matthew Jacob Amy Bublak Kellie E. Weaver City OCTOBER 25, 2016 6:00 p.m. City of Turlock Yosemite Room 156 S. Broadway, Turlock, California Mayor Gary Soiseth City Manager Council Members Gary R. Hampton William DeHart, Jr. Steven Nascimento

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, October 16, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY [27th January 2014] Supplement to Official Gazette 939 S.I. 7 of 2014 PUBLIC PROCUREMENT ACT (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY 1.

More information

PROCUREMENT POLICIES AND PROCEDURES. BOARD OF DIRECTORS POLICY AND PROCEDURE No. BOD 014

PROCUREMENT POLICIES AND PROCEDURES. BOARD OF DIRECTORS POLICY AND PROCEDURE No. BOD 014 PROCUREMENT POLICIES AND PROCEDURES BOARD OF DIRECTORS POLICY AND PROCEDURE No. BOD 014 APPROVED BY CRRA BOARD OF DIRECTORS EFFECTIVE SEPTEMBER 24, 2009 CONTENTS 1. PREAMBLE...1 1.1 General Policy... 1

More information

COVER PAGE. Bid Proposal # Ready Mix Concrete

COVER PAGE. Bid Proposal # Ready Mix Concrete COVER PAGE Bid Proposal # 2175 Ready Mix Concrete Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, April 3, 2018 and publicly opened in the City of

More information

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT FLORIDA DEPARTMENT OF LAW ENFORCEMENT February 15, 2011 With this sheet you have received solicitation documents for the following: Solicitation No. Number of Addenda as of above date: Item(s) of Bid ITB

More information

CITY OF ANDERSON PROCUREMENT CODE

CITY OF ANDERSON PROCUREMENT CODE CITY OF ANDERSON PROCUREMENT CODE Original Adoption Date: April 1, 2004 Latest Revision Date: October, 2015 PROCUREMENT REGULATION For CITY OF ANDERSON TABLE OF CONTENTS ARTICLE I - GENERAL PROVISIONS

More information

City of Tacoma Protest Policy. Excerpt from Purchasing Policy Manual

City of Tacoma Protest Policy. Excerpt from Purchasing Policy Manual City of Tacoma Protest Policy Excerpt from Purchasing Policy Manual May 27, 2011 XVII. PROTESTS A. Purpose and Overview 1. The purpose of the following protest rules, standards, and procedures is to promote

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, September 18, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

Sole Source Procurements. January 2016

Sole Source Procurements. January 2016 Sole Source Procurements January 2016 30 ILCS 500/20-5 Method of source selection. Unless otherwise authorized by law, all State contracts shall be awarded by competitive sealed bidding, in accordance

More information

Location & Subject Matter Substance of Change Proposed Changes

Location & Subject Matter Substance of Change Proposed Changes Location & Subject Matter Substance of Change Proposed Changes Section 21.8 Definitions Provides flexibility to use RFPs as a procurement strategy Provides flexibility to use the two step contracting method

More information

RFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008

RFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008 RFQ 2008-02 REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008 GARY PUBLIC TRANSPORTATION CORPORTATION 100 W. 4 TH AVENUE GARY, IN 46402 PHONES: (219) 885-7555 FAX: (219)

More information

N O T I F I C A T I O N

N O T I F I C A T I O N Islamabad, June 9, 2004 N O T I F I C A T I O N S.R.O. 432(I)/2004.- In exercise of the powers conferred by section 26 of the Public Procurement Regulatory Authority Ordinance, 2002 (XXII of 2002), the

More information

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4 COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY Table of Contents PREAMBLE..4 PART I. GENERAL PROVISIONS...4 Section 1.1. Definitions...4 Section 1.2. Purchases; Power

More information

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES DEADLINE TO SUBMIT 5:00 p.m., October 5, 2016 I. PURPOSE The Building Division is seeking

More information

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project LIVINGSTON PARISH COUNCIL Request for Qualifications for Professional Services for the 2013 Livingston Parish Road Overlay Project August 22, 2013 Table of Contents I. Introduction... 1 II. Submission

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

(1) This article shall be titled the Office of Inspector General, Palm Beach County, Florida Ordinance.

(1) This article shall be titled the Office of Inspector General, Palm Beach County, Florida Ordinance. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ARTICLE XII. INSPECTOR GENERAL Sec.2-421. Title and Applicability. (1) This article shall

More information

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Request for Proposal Number: O-2016-1 IPERS will receive sealed proposals until 3:00

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

Public Purchasing and Contracting

Public Purchasing and Contracting Public Purchasing and Contracting Included here is a draft, pre-publication version of the chapter that will appear in the forthcoming publication. This draft chapter will be edited or revised prior to

More information

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1 IMPORTANT NOTICE: Spanish is the official language of the Agreements issued by the Panama Canal Authority Board of Directors. The English translation is intended solely for the purpose of facilitating

More information

CODE ENFORCEMENT MAGISTRATE RFP

CODE ENFORCEMENT MAGISTRATE RFP CODE ENFORCEMENT MAGISTRATE RFP-003-2016 TOWN OF EATONVILLE PROCUREMENT DIVISION 307 E KENNEDY BLVD. EATONVILLE FLORIDA 32751 PHONE: (407) 623-8908 EMAIL: echua@townofeatonville.org Prepared by: Roger

More information

MINUTES OF THE REGULAR MEETING OF THE NEW YORK STATE BRIDGE AUTHORITY. HELD AT HEADQUARTERS, HIGHLAND, N.Y. ON January 19, 2016

MINUTES OF THE REGULAR MEETING OF THE NEW YORK STATE BRIDGE AUTHORITY. HELD AT HEADQUARTERS, HIGHLAND, N.Y. ON January 19, 2016 5219 MINUTES OF THE REGULAR MEETING OF THE HELD AT HEADQUARTERS, HIGHLAND, N.Y. ON January 19, 2016 Business agenda documents/reports are mailed to the Board Members and General Counsel one week prior

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR

SAN FRANCISCO AIRPORT COMMISSION CALENDAR SAN FRANCISCO AIRPORT COMMISSION CALENDAR February 6, 2018 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco MARK FARRELL, MAYOR COMMISSIONERS

More information

California Labor Code (Sections )

California Labor Code (Sections ) California Labor Code (Sections 1770-1781) The California Labor Code can be found at: http://www.leginfo.ca.gov/.html/lab_table_of_contents.html 1770. The Director of the Department of Industrial Relations

More information

LABOR CODE SECTION

LABOR CODE SECTION LABOR CODE SECTION 1770-1781 1770. The Director of the Department of Industrial Relations shall determine the general prevailing rate of per diem wages in accordance with the standards set forth in Section

More information

REQUEST FOR LETTERS OF INTEREST. SOLICITATION TITLE Solicitation Identification Number PD XXX Per The Terms and Conditions of PD

REQUEST FOR LETTERS OF INTEREST. SOLICITATION TITLE Solicitation Identification Number PD XXX Per The Terms and Conditions of PD ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST SOLICITATION TITLE Solicitation Identification Number PD 08-09.XXX Per The Terms and Conditions of PD 02-03.079 Letters of Interest Will Be Received

More information

BOARD OF SUPERVISORS MEETING AGENDA

BOARD OF SUPERVISORS MEETING AGENDA Blackburn Creek Community Development District 12051 Corporate Blvd., Orlando, FL 32817 Phone: 407-382-3256, Fax: 407-382-3254 www.blackburncreekcdd.com The regular meeting of the Board of Supervisors

More information

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018 SPECIFICATIONS FOR Autoclave/Sterilizer Lake Land College District Number 517 Mattoon, Illinois 61938 PROJECT NO. 2018-008 Bid Date; May 22, 2018 SECTION 000101 TABLE OF CONTENTS SECTION DESCRIPTION 001113

More information

Required Federal Forms

Required Federal Forms ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good

More information

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of

More information

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 003-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications always

More information

PimaCountyCommunityCollegeDistrict Administrative Procedure

PimaCountyCommunityCollegeDistrict Administrative Procedure PimaCountyCommunityCollegeDistrict Administrative Procedure AP Title: Contracts & Purchasing AP Number: AP 4.01.01 Adoption Date: xxx Schedule for Review & Update: Every three years Review Date(s): xxx

More information

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets Portland State University (PSU) Purchasing Rules, Policies and Guidelines allows PSU departments to use an Informal Procurement

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org December 6, 2017 Ladies and Gentlemen: The City of Peachtree City will be

More information

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, December 18, :00 A.M.

SAN FRANCISCO AIRPORT COMMISSION CALENDAR. Tuesday, December 18, :00 A.M. SAN FRANCISCO AIRPORT COMMISSION CALENDAR Tuesday, December 18, 2018 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco LONDON N. BREED,

More information

Summary Meeting Minutes. RFP No. N P1 Real Estate Developer for Development of 600 N. Andrews Ave.

Summary Meeting Minutes. RFP No. N P1 Real Estate Developer for Development of 600 N. Andrews Ave. RFP No. N2111265P1 Real Estate Developer for Development of 600 N. Andrews Ave. Friday, September 16, 2016, 2:00 P.M. Governmental Center Building, 115 S. Andrews Avenue, Room GC430 Fort Lauderdale, FL

More information

CHAPTER VII ARTICLE I CONTRACTING 7100. BOARD RESPONSIBILITY FOR CONTRACTS. The Board of Trustees has the sole responsibility for all contracts obligating the District. 7100.10 Delegation of Authority

More information

CBA. Procurement: General Procurement Policies

CBA. Procurement: General Procurement Policies Procurement: General Procurement Policies Standard Procurement Processes Except as described below regarding exceptions, procurements by the District must be conducted using a standard procurement process.

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information