CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: July 25, 2016 DAY: Monday TIME: 2:00 p.m. LOCATION: Carl T. Langford Board Room, OIA, One Jeff Fuqua Boulevard, 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, and it must be received in writing by the Executive Director, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building by Monday, August 1, 2016 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) 825-2032. III. CONSIDERATION OF JULY 11, 2016 MINUTES IV. CONSENT AGENDA A. Purchasing Request for Written Quotations #92266-16, Carbon Rigid Box Type HVAC Air Filter Supply Procurement – Award Recommendation B. Purchasing Request for Written Quotations #92235-16, Parking Booth Fabrication and Delivery Services – Award Recommendation C. Purchasing Request for Written Quotations #92259-16, Major Use Lamps Procurement – Award Recommendation D. Purchasing Request for Written Quotations #92286-16, LED Area Luminaire Supply Procurement – Award Recommendation Page 1|2 V. OLD BUSINESS A. Revision to Recommendation to Purchase of Replacement Seating for Passenger Holdroom Areas in Airside Building 4 and Seating Replacement Services from Arconas – Revised Award Recommendation V. NEW BUSINESS A. Amendment to Contract 13-13, Baggage Handling and Staffing Support Services (BHS) with Aircraft Service International, Inc. (ASIG) B. Amendment to Purchasing Contract 06-15, Ground Support Equipment Maintenance and Repair (GSE) with JSM and Associates, LLC (JSM) C. Payment of Landfill Fees Related to Purchasing Bid 06-17, Trash Removal Services with Republic Services of Florida, LP D. Amendment to Purchasing Contract 15-12, Operation and Management of CUPPS Work Stations, CUSS Kiosks and Peripheral Devices, with SITA Information Networking Computing USA, Inc. (“SITA”) E. Purchasing Request for Written Quotation #92218-16, Airfield Vault Switchgear Assembly Fabrication and Delivery Services Procurement – Award Recommendation F. Review of Request for Proposals for Vehicle Services Travel Plaza Facility at Orlando International Airport VII. ADJOURNMENT NOTE: Any person who desires 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 proceedings is made which includes the testimony and evidence upon which the appeal is to be based. NEXT SCHEDULED CONCESSIONS/PROCUREMENT COMMITTEE MEETING MONDAY, AUGUST 8, 2016 AT 1:30 P.M. IN THE CARL T. LANGFORD BOARDROOM Page 2|2 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 On JULY 11, 2016, 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, 32827. Chairperson Daniell 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: Dolly Daniell, Senior Director of Administration and Technology, Chair Tom Draper, Director of Operations Arrived at 1:36 pm Brad Friel, Director of Planning Brian Engle, Director of Customer Service Staff/Others present: Jo Thacker, Legal, Broad and Cassel Denise Schneider, Purchasing Diane Hershner, Purchasing Bruce Gant, Purchasing Vlad Opeanu, Purchasing Ann Marie Wise, Purchasing Abdu El Baroudi, Operations Bob Debaere, Operations Eric McClung, Parking Operations Jeff Daniels, Maintenance Luis Montoyo, Maintenance Patrick Eby, Maintenance Danny Mendez, Maintenance Maria Irizarry, Executive Administration, Recording Secretary Chairperson Daniell 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 Executive Director, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, July 18, 2016 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 P a g e 1 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 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) 825-2032. APPROVAL OF MINUTES Upon motion by Mr. Friel, second by Mr. Engle, vote carried to approve the minutes of June 28, 2016 as presented. CONSENT AGENDA A. Purchasing Request for Written Quotations #92284-16, Cisco Equipment, Software and Support Procurement – Award Recommendation Chairperson Daniell asked if anyone in the audience would like to speak to this item on the Consent Agenda or if the Committee had any questions or wished to have the item pulled for discussion. There was no response to either inquiry. Upon motion by Mr. Engle, second by Mr. Friel, vote carried to approve the Consent Agenda as presented. NEW BUSINESS A. PURCHASING REQUEST FOR WRITTEN QUOTATION #92267-16, JUMBO ROLL BATH TISSUE SUPPLY PROCUREMENT – AWARD RECOMMENDTION Ms. Hershner stated this is a request for quotations to result in a blanket purchase order. The term of the BPA shall be for a period of twelve (12) months. On June 21, 2016, the Authority received quotations for the procurement of jumbo roll bath tissue to be provided on an “as needed” basis for a period of twelve (12) months. The RFQ documents listed product #13600 and product #410049 as acceptable products (resulting from prior testing and evaluation), however, it was stated that alternate products would be considered, subject to the provision of the listed submittals required for alternate products to allow Staff to perform the necessary specification review and testing. It was required that the unit price provided include all costs associated with the delivery of the goods to the Authority’s location. This quotation is for an indefinite quantity over a fixed time period. The actual amount spent will be based upon the quantities ordered at the agreed upon unit prices. Award, if made, will be to the responsible and responsive Respondent submitting the low Unit Cost per square foot for a product that has been found acceptable. All respondents, or the manufacturer of the product being quoted submitting on the respondent’s behalf, were required to submit (a) a certification or P a g e 2 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 other suitable document indicating the respondent is authorized to sell and/or distribute the product quoted, and (b) a manufacturer’s specification sheet for the product quoted providing specific information on the following physical attributes: 1) core diameter, 2) roll diameter, 3) roll width, 4) linear feet per roll, 5) post-consumer waste (PCW) content, 6) rolls per case, and 7) cases per pallet. If pricing was submitted for a listed acceptable product and a review of these two submittals confirmed that the manufacturer had made no changes to the product since the last time the product was evaluated, then no further submittals were required. However, if the respondent submitted pricing on an acceptable product and staff’s review of the manufacturer’s specification sheet confirmed that the manufacturer had made changes or modifications to the previously acceptable product, then additional submittal requirements were required just as if an alternate product was being quoted. If pricing was submitted for an alternate product, the respondent, or the manufacturer of the alternate product being quoted submitting on the respondent’s behalf, were also required to submit (c) a test report from an independent third party testing facility providing specific information on the following physical properties: 1) basis weight, 2) tensile strength machine direction (MD) dry, 3) tensile strength cross direction (CD) dry, and 4) brightness; and (d) a sample case of the product quoted. Additionally, prospective respondents were advised that failure “to provide or have provided on its behalf any or all of the required submittals will result in its quotation being found non-responsive.” Total quotation is based upon the product of the unit price per case multiplied by the number of cases contained in the quantity of full pallets of the product quoted that would contain at least 36,400,000 square feet of the product quoted. Unit cost per square foot is based upon the quotient of the unit price per case divided by the square feet of jumbo roll bath tissue contained in a case. The Authority reserved the right to make adjustments to the respondent’s calculated estimated annual usage quantity based on the quoted product information provided by the respondent. Respondents: Firm (Product Quoted) MVS-Tech (1511) Ferguson Enterprises (07223) Dade Paper & Bag Co. (410049) SupplyWorks “A” (410049) SupplyWorks “B” (06109-SP) Veritiv Operating Company (410049) Roses Delight, Inc. (72004) Songahi, Inc. (Excel-JR) Total Quotation *$168,777.00 $180,268.20 $184,184.00 $188,552.00 **$193,555.20 $204,152.00 $226,720.00 ***$239,047.20 P a g e 3 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 *Total quotation adjusted to reflect 168 full pallets of the product quoted. The quotation submitted by MVS Tech contained mathematical errors resulting in an understatement of its quotation by $1,777.00. The corrections are reflected in the above tabulation. The errors did not affect its ranking. **Total quotation adjusted to reflect 272 full pallets of the product quoted. The quotation submitted by SupplyWorks “B” contained mathematical errors resulting in an understatement of its Quotation by $32,022.00. The corrections are reflected in the above tabulation. The errors resulted in its ranking to move from 2 to 5. ***Total quotation adjusted to reflect 248 full pallets of the product quoted. The quotation submitted by Songahi, Inc. contained mathematical errors resulting in an understatement of its quotation by $169,434.34. The corrections are reflected in the above tabulation. The errors resulted in its ranking to move from 1 to 8. The quotation submitted by each respondent was evaluated on the following criteria: 1) a review of the document and product submittals provided in accordance with section 1.5 of the RFQ; 2) a visual inspection of the required product sample to determine if it met the physical attributes as specified in paragraph 2.1.1 of the RFQ; 3) a review of the independent third party test report to determine if the product was in compliance with the Authority’s physical properties targets as specified in paragraph 2.1.2 of the RFQ; 4) a review of the product’s specifications to determine if the product was in compliance with the Authority’s physical attribute requirements as specified in paragraph 2.1.3 and the packaging and labeling requirements of paragraph 2.2.1 of the RFQ; and 5) a test of the product’s suitability for use with existing jumbo roll bath tissue dispensers as specified in paragraph 2.1.4 of the RFQ. The quotation submitted by MVS-Tech provided pricing for alternate product #1511. Staff reviewed the submittals provided in support of this quotation and determined that MVS-Tech failed to provide any of the required submittals and staff was unable to conduct a complete review of this product. Staff is recommending that this quotation be deemed non-responsive. The quotation submitted by Ferguson provided pricing for alternate product #7223. Staff reviewed the submittals provided in support of this quotation and determined that Ferguson failed to provide a certification or other suitable document affirming that Ferguson is authorized to sell and/or distribute the product quoted, or an independent third party test report and staff was unable to conduct a complete review of this product. Staff is recommending that this quotation be deemed non-responsive. The quotations submitted by Dade Paper & Bag Co., SupplyWorks “A”, VOC provided pricing for product #410049 which is listed as an acceptable Staff reviewed the submittals provided in product in paragraph 2.1.5. support of these quotations and determined that all three quotations were in full compliance with the specification requirements. P a g e 4 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 The quotation submitted by SupplyWorks “B” provided pricing for alternate product #06109-SP. Staff reviewed the submittals provided in support of this quotation and determined that SupplyWorks “B” failed to provide any of the required submittals and staff was unable to conduct a complete review of this product. Staff is recommending that this quotation be deemed nonresponsive. The quotation submitted by Roses Delight, Inc. provided pricing for alternate Product #72004. Staff reviewed the submittals provided in support of this quotation and determined that Roses Delight, Inc. failed to provide any of the required submittals and staff was unable to conduct a complete review of this product. Staff is recommending that this quotation be deemed non-responsive. The quotation submitted by Songahi, Inc. provided pricing for alternate product #Excel-JR. Staff reviewed the submittals provided in support of this quotation and determined that Songahi, Inc. failed to provide an independent third party test report. Staff reviewed the sample product provided and determined it was 2-ply. Staff is recommending that this quotation be deemed non-responsive. Staff determined that Dade Paper & Bag Co., SupplyWorks “A”, and VOC were responsible. The amount quoted by the low responsive and responsible respondent for product #410049 based on the estimated quantity is within budget for funds expected to be spent under the resulting BPA in the current fiscal year from Operation and Maintenance Fund 301.631.210.5520001.000.100235. The department intends to submit budget requests for funds expected to be spent under the resulting BPA in FY ’17 and such requests, when considered with known or anticipated obligations of the department for FY ’17, do not exceed expected or reasonable funding approvals. Staff recommends that the following be recommended to the Executive Director: 1) find the quotations submitted by MVS-Tech, Ferguson Enterprises, SupplyWorks “B”, Roses Delight, Inc. and Songahi, Inc. nonresponsive for the reasons stated; 2) award Purchasing Request for Written Quotations #92267-16 to Dade Paper & Bag Co. as the low, responsive and responsible respondent for product #410049 in the not-to-exceed amount of $184,184.00; 3) authorize funding from the approved Operation and Maintenance Fund; and 4) authorize the Purchasing office to issue the necessary blanket purchase agreement. Chairperson Daniell asked if anyone in the audience would like to speak to this matter. She then asked if any Committee members had questions. There was no response to either inquiry. Upon motion by Mr. Draper, second by Mr. Friel, vote carried to approve staff’s recommendation. P a g e 5 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 B. AMENDMENT TO PURCHASING CONTRACT 07-13, ROADWAY SIGN AND BRIDGE ILLUMINATION MAINTENANCE SERVICES WITH AMERICAN LIGHTING AND SIGNALIZATION, INC. Ms. Schneider stated this is a renewal option. The term of the Contract was for thirty-six (36) months, effective on December 2, 2012, with the Authority having options to renew the Contract for two (2) additional periods of one (1) year each. The first renewal option of the Contract is due to expire on December 1, 2016. This Contract requires American Lighting and Signalization, Inc. provide all labor, supervision, miscellaneous parts and materials, equipment, tools, and all other accessories, services, and activities necessary for lamp replacement, the preparation of maintenance of traffic (MOT) plans, repair and lighting maintenance of roadway signage and bridge lighting and all other items necessary or proper for, or incidental to, performing roadway sign and bridge illumination maintenance services at the Orlando International Airport according to the Contract documents. This Contract does not include a Minority and Women Business Enterprise (MWBE) and a Local Developing Business (LDB) participation requirement. The second renewal option is from December 2, 2016 through December 1, 2017. Based on the information known at this time, the Contractor has performed satisfactorily during the renewal period. Pricing is based on unit prices for: 1) total roadway sign lamp replacement and inspection; 2) total bridge lamp replacement and inspection; and 3) monthly inspections. The Authority only pays for work authorized and satisfactorily completed by the Contractor. The estimated annual value for the second renewal option is an expected not-to-exceed amount of $160,000.00 with no hourly labor rate increases for the second renewal option. The fiscal impact anticipated for the second renewal option is a not-toexceed amount of $160,000.00. Funding will be from the Operation and Maintenance Fund, account code number 301.631.661.5460001.000.100497. 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. Staff recommends that the following be recommended to the Authority Board: 1) renew Purchasing Contract 07-13, Roadway Sign and Bridge Illumination Maintenance Services with American Lighting and Signalization, Inc.; 2) authorize funding from the Operation and Maintenance Fund in the not-toexceed amount of $160,000.00; and 3) authorize an Aviation Authority officer or the Executive Director to execute an agreement following satisfactory review by legal counsel. Chairperson Daniell asked if anyone in the audience would like to speak to this matter. She then asked if any Committee members had questions. There was no response to either inquiry. P a g e 6 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 Upon motion by Mr. Friel, second by Mr. Draper, vote carried to approve staff’s recommendation. C. PURCHASING BID 06-17, TRASH REMOVAL SERVICES – AWARD RECOMMENDATION Mr. Gant stated this is an invitation for bid. The term of the Contract is for thirty-six (36) months with initial service to commence on or about October 1, 2016, and with the 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, trucks, equipment, materials, and tools necessary to furnish and install trash compactors and/or trash containers. Services shall also include the pick-up and/or removal of wet and dry compacted and non-compacted trash/refuse and all other items necessary or proper for, or incidental to, performing trash removal services from various locations throughout the Orlando International Airport in accordance with the Contract documents. Respondents: Republic Services of Florida, LP Progressive Waste Solutions, Inc. Advanced Disposal Services Solid Waste Southeast, Inc. Disposall, Inc. Waste Pro of Florida, Inc. Waste Management, Inc. of Florida Total Three (3) Year Bid Price $ 1,082,776.68 $ 1,105,107.40 $ 1,166,543.76 $ 1,272,420.00 $ 1,964,458.42 No Bid This Contract does not include a Minority and Women Business Enterprise (MWBE) or a Local Developing Business (LDB) participation requirement. Award, if made, will be to the responsible and responsive bidder submitting the low bid. For a bidder to meet the minimum responsibility criteria for this Contract, the bidder must provide verifiable evidence: 1. through references or otherwise, that the bidder is an individual, a firm, a corporation, or other entity that is currently engaged in the business of providing providing trash removal services; 2. through references, that the bidder, after taking into account the activities of a related predecessor (e.g. by merger or reorganization), affiliate, or principal of bidder, has been actively engaged in such business for at least the three (3) years immediately preceding the date of bidder’s response to this Invitation for Bids; and 3. through references, that the bidder, after taking into account the activities of a related predecessor (e.g. by merger or reorganization), affiliate, or principal of bidder, has satisfactorily provided trash removal services for at least three (3) entities during such three (3) year period. P a g e 7 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 This is a service Contract for trash removal services. Pricing for the services is based on the type and size of the compactor/container/front end loader and its unit prices for the following: a) compactor/container monthly rental fees, b) recycling compactor/container/front end loader monthly rental fees c) compactor/container pull fees, d) recycling compactor/container pull fees, e) recycling front end loader pull fees, f) compactor/ container sanitizing and disinfecting, g) recycling compactor/container/front end loader sanitizing and disinfecting, and h) contaminated load transport pull fees. The actual amount paid to contractor is based on actual work requested, performed and approved by the Authority, based on the unit prices for year 1, year 2, and year 3. Mr. Gant clarified, to the Committee, that references for three (3) low bidders were originally expected, as stated in the memo. References were not received for Advanced Disposal. However, references for the two (2) low bidders were checked and based thereon, Republic Services of Florida, LP, and Progressive Waste Solutions, Inc. were determined to be responsible and responsive. Republic Services of Florida, LP’s bid in the amount of $1,082,776.68 is to be funded from the Operation and Maintenance Fund, account code number 301.416.210. 5340007.000.000000. 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. Staff recommends that the following be recommended to the Authority Board: 1) award Purchasing Bid 06-17 Trash Removal Services to Republic Services of Florida, LP, as the low responsive and responsible bidder; 2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $1,082,776.68; and 3) authorize an Aviation Authority officer or the Executive Director to execute an agreement following satisfactory review by legal counsel. Chairperson Daniell asked if anyone in the audience would like to speak to this matter. She then asked if any Committee members had questions. There was no response to either inquiry. Upon motion by Mr. Friel, second by Mr. Draper, vote carried to approve staff’s recommendation. D. AMENDMENT TO PURCHASING CONTRACT 10-12, OPERATION AND MANAGEMENT OF PARKING FACILITIES, WITH ABM PARKING SERVICES (“ABM”) Mr. Gant stated this is an amendment for a renewal option. The initial term of the Contract was for thirty-six (36) months, effective October 1, 2012, expiring September 30, 2015, with the Authority having two (2) options to renew the Contract for an additional period of one (1) year each. The first renewal option will expire on September 30, 2016. P a g e 8 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 This Contract requires ABM to furnish all labor, supervision, materials, supplies, equipment, vehicles, fuel, uniforms, and all other items necessary or proper for, or incidental to, the operation and management of parking facility services at the Orlando International Airport in accordance with the Contract documents. This Contract includes an Airport Concessions Disadvantaged Business Enterprises (ACDBE) participation requirement. The participation goal for this Contract is 22%. Mr. Gant clarified, to the Committee, that the item indicates a 23.9% participation; which is incorrect. To date, ABM has reported 27.8% ACDBE participation. The office of Small Business Development certifies that the Contract is in good standing as it relates to ACDBE participation. The second renewal option is from October 1, 2016 through September 30, 2017. Based on the information known at this time, the Contractor has performed satisfactorily during the initial term and the first renewal option. Pricing is based on a management fee for performing the operation and management of the parking facilities and a not-to-exceed reimbursable payroll and operating expense budget. The Contract allows for the negotiation of the compensation to the Contractor during an option period. ABM has agreed to provide services at the same price, terms and conditions. The fiscal impact for this renewal option is a not-to-exceed amount of $4,834,421.40. Funding will be from the Operation and Maintenance Fund, account codes 301.234.611.5340006.000.000000, 301.236.510.5340006.000. 000000, and 301.237.612.5340006.000.000000. 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. Staff recommends that the following be recommended to the Authority Board: 1) renew Purchasing Contract 10-12, Operation and Management of Parking Facilities, with ABM Parking Services; 2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $4,834,421.40; and 3) authorize an Authority officer or the Executive Director to execute an Amendment following satisfactory review by legal counsel. Chairperson Daniell asked if anyone in the audience would like to speak to this matter. She then asked if any Committee members had questions. There was no response to either inquiry. Upon motion by Mr. Friel, second by Mr. Engle, vote carried to approve staff’s recommendation. P a g e 9 | 10 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – JULY 11, 2016 ADJOURNMENT Chairperson Daniell asked if there was further Committee business to discuss. The next scheduled CPC meeting will be held Monday, July 25, 2016 at 2:00 p.m. in the Carl T. Langford Board Room. With no further business before adjourned the meeting at 1:51 p.m. ________________________________ Dolly Daniell, Chairperson this Committee, Chairperson Daniell _______________________ Date P a g e 10 | 10 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Purchasing Request for Written Quotations #92266-16, Carbon Rigid Box Type HVAC Air Filter Supply Procurement – Award Recommendation Type of Procurement: Request for Written Quotations (RFQ) will result in a Blanket Purchase Agreement (BPA) Term of Agreement: The term of the BPA shall be for a period of twelve (12) months. Specifications: On June 27, 2016, the Authority received quotations for the procurement of a single Type of Carbon Rigid Box HVAC Air Filter to be provided on an “as needed” basis. The RFQ specification, in Section 1.5, listed submittals required from each Respondent. It was required that unit prices include all costs associated with the delivery of the goods to the Authority’s location. This quotation is for an indefinite quantity over a fixed time period. The actual amount spent will be based upon the quantities ordered at the agreed upon unit prices. Award Criteria: Award, if made, will be to the responsible and responsive Respondent submitting the low Total Quotation. All Respondents or the manufacturer of a product being quoted submitting on a Respondent’s behalf, were required to submit: (a) a minimum of three references; (b) a manufacturer’s specification sheet for the product quoted; and (c) a sample 24” W X 24” H X 12” D filter of the product quoted. CONSENT AGENDA ITEM A Concessions/Procurement Committee July 25, 2016 Page 2 Fee Structure and Calculation: Total Quotation is based upon the sum of the product of the unit price times the estimated quantity of each item listed in the RFQ. Respondents: Firm Total Quotation Andrews Filter & Supply Corp. Tri-Dim Filter Corporation Freedom Air Filtration Delta M., Inc. Johnson Controls $174,174.00 $176,707.50 $204,500.00 $237,300.00 *$352,259.00 *The Quotation submitted by Johnson Controls contained mathematical errors resulting in an understatement of its Quotation by $3.63. The corrections are reflected in the above tabulation. The errors did not affect its ranking. References and/or How Firms Meet the Experience Criteria: References were checked for Andrews Filter & Supply and Tri-Dim Filter Corp. Both of these respondents were determined to be responsible. Evaluation of Respondents Relative to Award Criteria: Staff reviewed the submittals provided in support of the quotations submitted by Andrews Filter & Supply and Tri-Dim Filter Corporation and determined that both Respondents were in full compliance with the specification requirements. Both quotations were determined by Staff to be responsive. Staff reviewed the submittals provided in support of the quotations submitted by Freedom Air Filtration, Delta M., Inc. and Johnson Controls and determined that all three Respondents failed to provide any of the required submittals and staff was unable to complete a review of their quotations. Staff is recommending that all three of these quotations be deemed non-responsive. Clarifications Required During the Process: None. Irregularities or Issues that Impact Recommended Ranking: None. Concessions/Procurement Committee July 25, 2016 Page 3 Fiscal Impact: The amount quoted by the low responsible and responsive Respondent based on the estimated quantities is within budget for funds expected to be spent under the resulting BPA in the current fiscal year from Operation and Maintenance Fund 301.685.210.5460002.000.100165. The department intends to submit budget requests for funds expected to be spent under the resulting BPA in FY ’17 and such requests, when considered with known or anticipated obligations of the department for FY ’17, do not exceed expected or reasonable funding approvals. Staff Recommendation: Staff recommends that the following be recommended to the Executive Director: 1) find the quotations submitted by Freedom Air Filtration, Delta M., Inc. and Johnson Controls nonresponsive for the reasons stated; 2) award Purchasing Request for Written Quotations #9226616 to Andrews Filter & Supply as the low, responsive and responsible Respondent in the not-toexceed amount of $174,174.00; 3) authorize funding from the approved Operation and Maintenance Fund and; 4) authorize the Purchasing Office to issue the necessary blanket purchase agreement. GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Purchasing Request for Written Quotations #92235-16, Parking Booth Fabrication and Delivery Services – Award Recommendation Type of Procurement: Request for Written Quotations (RFQ) will result in a Purchase Order (PO) Term of Agreement: One (1) time purchase delivered complete within twelve (12) weeks after receipt of a PO. Specifications: On May 27, 2016, the Authority received quotations for the procurement of services associated with the fabrication and delivery of eight (8) Standard Parking Booths and three (3) ADA Compliant Parking Booths (Booths). The RFQ specification, in Section 1.5, listed submittals required from each Respondent. It was required that unit prices include all costs associated with the delivery of the Booths to the Authority’s location. Award Criteria: Award, if made, will be to the responsible and responsive Respondent submitting the low Total Quotation. All Respondents or the manufacturer of a product being quoted submitting on a Respondent’s behalf, were required to submit: (a) a minimum of three references; (b) manufacturer’s literature and a bill of materials to be used in the fabrication of the Booths quoted; and (c) a drawing or sketch which shows the elevations, floor plan, HVAC, electric and fiber configurations, window and door locations, anchor detail and overall dimensions for the Booths quoted. CONSENT AGENDA ITEM B Concessions/Procurement Committee July 25, 2016 Page 2 Fee Structure and Calculation: Total Quotation is based upon the sum of the product of the unit price times the estimated quantity of each type of Booth listed in the RFQ. Respondents: Firm Total Quotation B.I.G. Enterprises, Inc. Jay Hanges Enterprises d/b/a Porta-King Building Systems Par-Kut International Florida Guard Building Systems d/b/a Quality Engineered Structures, Inc. Mardan Fabrication Little Buildings, Inc. ECCL 4:12 LLC d/b/a NextGen Parking $145,450.00 $197,384.73 $199,700.00 $246,833.00 $247,315.00 $275,563.05 $299,633.00 A quotation was received from Ameristar Perimeter Security USA, Inc. after the due date and time. This quotation was not reviewed. References and/or How Firms Meet the Experience Criteria: References were checked for B.I.G. Enterprises, Inc., Jay Hanges Enterprises d/b/a Porta-King Building Systems and Par-Kut International. These three (3) respondents were determined to be responsible. Evaluation of Respondents Relative to Award Criteria: Staff reviewed the submittals provided in support of the quotations submitted by all seven (7) of the Respondents and determined that all Respondents were in full compliance with the specification requirements. All quotations were determined by Staff to be responsive. Clarifications Required During the Process: None. Irregularities or Issues that Impact Recommended Ranking: None. Concessions/Procurement Committee July 25, 2016 Page 3 Fiscal Impact: The amount quoted by the low responsible and responsive Respondent based on the stated quantities of the listed items is within budget as funded by Capital Expenditure Funds 308.234.611.5620001.000.501066 and 308.237.612.5620001.000.501066. Staff Recommendation: Staff recommends that the following be recommended to the Executive Director: 1) award Purchasing Request for Written Quotations #92235-16 to B.I.G. Enterprises, Inc. as the low, responsive and responsible Respondent in the not-to-exceed amount of $145,450.00; 2) authorize funding from the approved Capital Expenditure Funds; and 3) authorize the Purchasing Office to issue the necessary purchase order. GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Purchasing Request for Written Quotation #92259-16, Major Use Lamps Procurement – Award Recommendation Type of Procurement: Request for Written Quotations (RFQ) will result in a Blanket Purchase Agreement (BPA). Term of Agreement: The term of the BPA shall be for a period of twelve (12) months. Specifications: On June 17, 2016, the Authority received quotations for the procurement of 29 listed fluorescent and metal halide lamps to be provided on an “as needed” basis. A “referenced” product manufactured either by General Electric (GE), Philips, or Sylvania was listed for each item, however, it was stated in the RFQ, that alternate products would be reviewed provided the alternate item quoted was manufactured either by GE, Philips, or Sylvania. It was required that a detailed cut sheet be submitted for each lamp quoted as an alternate to any listed referenced product to facilitate review of the alternate item. It was required that unit prices include all costs associated with the delivery of the goods to the Authority’s location. This quotation is for an indefinite quantity over a fixed time period. The actual amount spent will be based upon the quantities ordered at the agreed upon unit prices. Award Criteria: It is the Authority’s intent that an Award, if made, will be to the responsible and responsive Respondent submitting the low Total Quotation and has provided unit pricing for acceptable products for all lamps listed. The Authority reserved the right to make a split award to no more than two Respondents based on a line-by-line review of the acceptable products quoted. CONSENT AGENDA ITEM C Concessions/Procurement Committee July 25, 2016 Page 2 Fee Structure and Calculation: Total Quotation is based upon the sum of the products of the unit prices times the estimated quantity of each item listed in the RFQ. Respondents: Firm Lamp Sales Unlimited, Inc. Regency Lighting C.E.D. – Orlando Rexel Graybar Raybro Electric Supplies, Inc. Vehicle Maintenance Program, Inc. Anixter, Inc. CSC/WESCO Genesis Lamp Corporation Total Quotation $147,055.40 *$162,578.50 $165,435.00 **$166,151.40 $171,523.40 $188,716.40 ***$194,645.10 ****$198,318.30 $247,166.20 $264,618.50 *The Quotation submitted by Regency Lighting contained mathematical errors resulting in an understatement of its Quotation by $73.64. The corrections are reflected in the above tabulation. The errors did not affect its ranking. **The Quotation submitted by Rexel contained mathematical errors resulting in an overstatement of its Quotation by $3,519.40. The corrections are reflected in the above tabulation. The errors did not affect its ranking. ***The Quotation submitted by Vehicle Maintenance Program, Inc. contained mathematical errors resulting in an understatement of its Quotation by $2,456.00. The corrections are reflected in the above tabulation. The errors did not affect its ranking. ****The Quotation submitted by Anixter, Inc. contained mathematical errors resulting in an overstatement of its Quotation by $1,194.00. The corrections are reflected in the above tabulation. The errors did not affect its ranking. References and/or How Firms Meet the Experience Criteria: N/A Concessions/Procurement Committee July 25, 2016 Page 3 Evaluation of Respondents Relative to Award Criteria: Section 1.5.1 of the RFQ specifications allowed for the submittal of alternate products provided they are manufactured either by GE, Philips, or Sylvania. Section 2.1.1 of the RFQ specifications identified GE, Philips and Sylvania as the only Acceptable Manufacturers whose products would be reviewed to determine if an alternate product was acceptable. If the unit price provided for an item was a referenced product, no further evaluation was required. However, if the unit price provided for an item was for an alternate product, the evaluation included review of the detailed cut sheet provided by the Respondent. Recognizing that lamps produced by the Acceptable Manufacturers will not have identical specification data, Section 2.1.3 invokes a + / 10% variance limit from a referenced product specification for the following attributes: life hours, lumen ratings, color rendering index, kelvin rating, and ballast dimensions. The Quotation submitted by Lamp Sales Unlimited, Inc. (LSU) provided unit pricing for all 29 of the listed items. LSU provided unit pricing for alternate products on 6 of the 29 items quoted and provided unit pricing for referenced products on the remaining 23 items quoted. The alternate products were reviewed by Staff and it was determined that the alternate products quoted were in compliance with the specification requirements. The Quotation submitted by Regency Lighting (Regency) provided unit pricing for all 29 of the listed items. Regency provided unit pricing for an alternate product on 4 of the 29 items quoted and provided unit pricing for referenced products on the remaining 25 items quoted. The alternate products were reviewed by Staff and it was determined that the alternate products quoted were in compliance with the specification requirements. The Quotation submitted by C.E.D. – Orlando (CED) provided unit pricing for all 29 of the listed items. CED provided unit pricing for alternate products on 11 of the 29 items quoted and provided unit pricing for referenced products on the remaining 18 items quoted. The alternate products were reviewed by Staff and it was determined that 10 of the 11 alternate products quoted were in compliance with the specification requirements and 1 of the 11 alternate products quoted (Item B) failed to meet the specification requirements. The quoted value of the single alternate product that failed to meet the specification requirements is $831.00. The Quotation submitted by Rexel provided unit pricing for all 29 of the listed items. Rexel provided unit pricing for alternate products on 4 of the 29 items quoted and provided unit pricing for referenced products on the remaining 25 items quoted. The alternate products were reviewed by Staff and it was determined that the alternate products quoted were in compliance with the specification requirements. The Quotation submitted by Graybar provided unit pricing for all 29 of the listed items. Graybar provided unit pricing for alternate products on 12 of the 25 items quoted and provided unit pricing for referenced products on the remaining 17 items quoted. The alternate products were reviewed by Staff and it was determined that the alternate products quoted were in compliance with the specification requirements. Concessions/Procurement Committee July 25, 2016 Page 4 Staff did not perform a complete review of the remaining five quotations for even if one of these Respondents were fully responsive and responsible, its quotation would not be less than $188,716.40. Staff is recommending that LSU be found responsive and responsible on all 29 listed items in the not-to-exceed (NTE) amount of $147,055.40. Staff is recommending that Regency be found responsive and responsible all 29 of the listed items in the NTE amount of $162,652.14. Staff is recommending that CED be found responsive and responsible on 28 of the listed items in the NTE amount of $164,604.00. Staff is recommending that Rexel be found responsive and responsible on all 29 of the listed items in the NTE amount of $166,151.40. Staff is recommending that Graybar be found responsive and responsible on all 29 listed items in the NTE amount of $171,523.40. Clarifications Required During the Process: Staff did not consider a split award as four of the five low Respondents were responsive and responsible on all 29 of the listed items. Irregularities or Issues that Impact Recommended Ranking: None. Fiscal Impact: The amount quoted by the low Respondent is within budget for funds expected to be spent under the resulting BPA in the current fiscal year from Operation and Maintenance Funds 301.687.210.5460002.000.100166, 301.687.611.5460002.000.100166, and 301.687.631.5460002.000.100166. The department intends to submit budget requests for funds expected to be spent under the resulting BPA in FY ’17 and such requests, when considered with known or anticipated obligations of the department for FY ’17, do not exceed expected or reasonable funding approvals. Staff Recommendation: Staff recommends that the following be recommended to the Executive Director: 1) award Purchasing Request for Written Quotations #92-16 to Lamp Sales Unlimited, Inc. as the low, responsive and responsible Respondent in the not-to-exceed amount of $147,055.40; 2) authorize funding from the approved Operation and Maintenance Funds and 4) authorize the Purchasing Office to issue the necessary blanket purchase agreement. GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Purchasing Request for Written Quotation #92286-16, LED Area Luminaire Supply Procurement – Award Recommendation Type of Procurement: Request for Written Quotations (RFQ) will result in a Blanket Purchase Agreement (BPA). Term of Agreement: The term of the BPA shall be for a period of six (6) months. Specifications: On July 6, 2016, the Authority received quotations for the procurement of 3 LED Area Luminaires and 3 associated tenon style luminaire mounts to be provided on an “as needed” basis. These luminaires and mounts will be used to replace existing light fixtures in the North Park Place parking area. A “referenced” product manufactured either by Philips/Gardco, Lithonia, or Eaton/McGraw Edison was listed for each item. It was required that a detailed cut sheet be submitted for each item priced in a Respondent’s quotation. It was required that unit prices include all costs associated with the delivery of the goods to the Authority’s location. This quotation is for an indefinite quantity over a fixed time period. The actual amount spent will be based upon the quantities ordered at the agreed upon unit prices. Award Criteria: It is the Authority’s intent that an Award, if made, will be to the responsible and responsive Respondent submitting the low Total Quotation and has provided unit pricing for acceptable products for each item listed. CONSENT AGENDA ITEM D Concessions/Procurement Committee July 25, 2016 Page 2 Fee Structure and Calculation: Total Quotation is based upon the sum of the products of the unit prices times the estimated quantity of each item listed in the RFQ. Respondents: Firm Raybro Electric Supplies, Inc. (Lithonia) Lamp Sales Unlimited, Inc. (Lithonia) Rexel (Lithonia) Anixter, Inc. (Eaton/McGraw Edison) Gexpro (Philips/Gardco) City Electric Supply (Eaton/McGraw Edison) World Electric Supply (Eaton/McGraw Edison) Graybar (Eaton/McGraw Edison) CSC/WESCO (Lithonia) Alden Electric Supply (Philips/Gardco) Total Quotation $134,836.00 $137,116.20 $139,620.00 $148,720.00 $152,425.00 $152,880.00 $153,192.00 $157,224.60 $159,327.20 $166,472.80 References and/or How Firms Meet the Experience Criteria: N/A Evaluation of Respondents Relative to Award Criteria: Section 1.5.1 of the RFQ specifications required each respondent to provide a specification sheet for each item priced in its quotation to confirm it was quoting on a referenced product. Section 2.1 of the RFQ specifications identified specific products manufactured by Lithonia, Philips/Gardco and Eaton/McGraw Edison as the only Acceptable Manufacturers whose products would be considered for award. It was stated that no alternate products would be considered. The Quotations submitted by Rabro Electric Supplies, Inc., Lamp Sales Unlimited, Inc., Rexel, and CSC/WESCO provided pricing for the referenced products manufactured by Lithonia. Staff reviewed these quotations and determined that all of the quotations were responsive. The Quotations submitted by Anixter, Inc., City Electric Supply, World Electric Supply, and Graybar provided pricing for the referenced products manufactured by Eaton/McGraw Edison. Staff reviewed these quotations and determined that all of the quotations were responsive. The Quotations submitted by Gexpro and Alden Electric Supply provided pricing for the referenced products manufactured by Philips/Gardco. Staff reviewed these quotations and determined that all of the quotations were responsive. Staff determined that all of the Respondents were responsible. Concessions/Procurement Committee July 25, 2016 Page 3 Clarifications Required During the Process: A market review was performed by the Authority’s consultant, SGM Engineering, Inc. resulting in the determination of the referenced products. The purpose of the market review was to identify LED based products in the market that were compliant with local ordinance at an installed height of 34 feet, had an integral motion sensor, and the ability to dim to 50% when the immediate area had no movement activity. Irregularities or Issues that Impact Recommended Ranking: None. Fiscal Impact: The amount quoted by the low responsive and responsible Respondent is within budget for funds expected to be spent under the resulting BPA in the current fiscal year from Operation and Maintenance Fund 301.631.612.5460002.000.100031. The department intends to submit budget requests for funds expected to be spent under the resulting BPA in FY ’17 and such requests, when considered with known or anticipated obligations of the department for FY ’17, do not exceed expected or reasonable funding approvals. Staff Recommendation: Staff recommends that the following be recommended to the Executive Director: 1) award Purchasing Request for Written Quotations #92286-16 to Raybro Electric Supplies, Inc. as the low, responsive and responsible Respondent in the not-to-exceed amount of $134,836.00; 2) authorize funding from the approved Operation and Maintenance Fund and 4) authorize the Purchasing Office to issue the necessary blanket purchase agreement. GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Revision to Recommendation to Purchase Replacement Seating for Passenger Holdroom Areas in Airside Building 4 from Arconas – Revised Award Recommendation Type of Procurement: Approval of award will result in Purchase Orders (PO) based on a Single Source Procurement Justification. Term of Agreement: One time purchase of seating units and delivery services will be completed within three hundred sixty (360) days after receipt of an Authority PO. Specifications: On June 7, 2016, the Authority received a quotation from Arconas for the provision and delivery of “place” style holdroom seating units (Seating Units) sufficient to provide 1,386 new seats for Gates 70 through 78 and Gates 90 through 97 passenger holdroom areas in Airside Building 4 (A/S 4) (Seating Units). A total of 1,184 of the new seats will have tablet armrests and power outlets. The remaining seats will have cantilever arms and no power outlets. (See attachment.) Award Criteria: This purchase of the Seating Units shall be made from Arconas based on a Single Source Procurement Justification in accordance with Authority Operational Procedure 450.03. Staff has reviewed the quotation for the purchase of the Seating Units and has determined that the purchase does not lend itself to a competitive award because Arconas does not offer this product through any third party resellers. OLD BUSINESS AGENDA ITEM A Concession/Procurement Committee July 25, 2016 Page 2 Fee Structure and/or Compensation: Total Quotation for the Seating Units is based upon the sum of the products of the unit prices times the stated quantity of each item listed in the quotation. Respondent: Firm Total Quotation Arconas (Seating Units Only) $1,196,475.00 References and/or How Firms Meet the Experience Criteria: References were not required. Evaluation of Respondents Relative to Award Criteria: Not required. Clarifications Required During the Process: On June 28, 2016, the Concessions Procurement Committee recommended to purchase new Seating Units in the not-to-exceed amount of $1,196,475.00 plus replacement services and additional contingency funds under a Single Source Procurement for a total not-to-exceed amount of $1,500,000.00. It has been determined that additional information is needed to complete the other elements of this purchase so Staff is recommending the award recommendation previously approved be amended for only the approval of the purchase of new Seating Units in the not-to-exceed value of $1,196,475.00. The Authority’s policy (Section 450.03, Non-Competitive Procurements) permits the single source procurement of goods and/or services when the procurement is made from one firm among others in a competitive market place which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchasing need provided that the requesting department completes a Single Source Procurement Justification form (Form 450.03.2). Single Source Procurement Justifications with a value in excess of $100,000 must be approved by the Aviation Authority Board. The attached Single Source Procurement Justification form for this purchase has been amended to reflect a not-to-exceed value of $1,196,475.00. The furniture replacement services referenced on the initial Single Source Justification will be brought back to the Concessions/Procurement Committee with a recommendation of award once these and any other associated costs have been finalized. Concessions Procurement Committee July 25, 2016 Page 3 Irregularities or Issues that Impact Recommended Ranking: None. Fiscal Impact: The amount quoted by Arconas for the Seating Units is within budget as funded by Capital Expenditure Fund 308.631.210.5640001.000.501122. Staff Recommendation: Staff recommends that the Committee amend its prior recommendation of June 28, 2016 and recommend the following to the Aviation Authority Board: 1) authorize the purchase of new Seating Units to replace the existing seating units in the passenger holdroom seating areas in Gates 70 through 78 and Gates 90 through 97 in Airside Building 4 from Arconas based on a Single Source Procurement Justification form in the not-to-exceed amount of $1,196,475.00; 2) authorize the Executive Director to execute a Single Source Procurement Justification form for the purchase of the new Seating Units in the total not-to-exceed amount of $1,196,475.00 in accordance with Authority Policy; 3) authorize funding from the approved Capital Expenditure Fund; and 4) authorize the Purchasing Office to issue the necessary purchase order. GREATER ORLANDO AVIATION AUTHORITY _____ Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Denise K. Schneider, CPPO, C.P.M., C.M., Assistant Director, Purchasing and Material Control DATE: July 25, 2016 SUBJECT: Amendment to Contract 13-13, Baggage Handling and Staffing Support Services (BHS) with Aircraft Service International, Inc. (ASIG) Type of Amendment: Single Source – Six Month Contract Extension. Term of Contract: The initial term of the Contract was for six (6) months, effective September 27, 2012, expiring March 26, 2013. The first extension expired on March 26, 2013 at which time Amendment No. 2 was issued adding four (4) months to the Contract and removing the Staffing Support Services. The second extension expired on March 26, 2014, and Amendment No. 3 was issued adding fourteen (14) months making the total Contract period thirty-six (36) months. The third extension expires September 30, 2015. Scope of Work: This Contract requires ASIG to provide all labor, supervision, management oversight, administrative support, training, materials and all other items necessary to perform baggage handling services at the Orlando International Airport. The Contract requires ASIG to provide Baggage Handling System (BHS) Agents. NEW BUSINESS AGENDA ITEM A Concessions/Procurement Committee July 25, 2016 Page 2 Background: On August 22, 2010, the Aviation Authority entered into Purchasing Contract 05-10 with DVI Services to provide baggage handling and staffing support services. The initial term of the contract was for a three (3) year period expiring on August 21, 2013. On September 27, 2012, the Aviation Authority terminated contract 05-10 with DVI Services. Concurrently, on September 27, 2012, pursuant to Policy 450.03, Non Competitive Procurements, the Executive Director authorized Emergency Purchase #413-2012-03-OPS03, Contract 13-13 to ASIG for a period not-to-exceed six (6) months to prevent interruptions to the baggage handling system. ASIG agreed to the six (6) month period at the same terms, conditions and pricing of terminated contract 05-10. On October 17, 2012, the Aviation Authority Board ratified the Executive Director’s action. On March 20, 2013, the Aviation Authority Board approved a twelve (12) month extension of Emergency Purchase Contract 13-13 with ASIG through March 26, 2013. On December 17, 2013, the Aviation Authority Board approved a fourteen (14) month extension of Emergency Purchase Contract 13-13 with ASIG through September 30, 2015. (See Attachment “A” for more details.) The Authority’s policy (Section 450.03) Non-Competitive Procurements) permits the Single Source procurement of goods, services, or professional services made from one firm among others in a competitive market place which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchasing need. Authority policy requires that the requesting department complete a Single Source Procurement Justification form (Form 450.03.2), which shall state, in detail, the justification for the Single Procurement. (See Attachment “B”.) Issues: Contract Extension - October 1, 2016 – March 31, 2017. Department - Concurs with extension. Contractor – Based on the information known at this time, Contractor has performed satisfactorily during the initial and extension term. Contract Extension: The Aviation Authority has an additional contract associated with the baggage handling system for repairs and maintenance – Ground Support Equipment Maintenance and Repair Contract 0615. The Aviation Authority is in the re-solicitation process which will combine Baggage Handling with System Equipment Maintenance and Repair Services. A six (6) month extension of Emergency Purchase Contract 13-13 through March 31, 2017 is needed for the continued Baggage Handling Service until the new combined contract is awarded. The Contract extension contains a thirty (30) day notice of termination. Concessions/Procurement Committee July 25, 2016 Page 3 ASIG has agreed to the six (6) month extension and requested a three percent (3%) increase to cover payroll cost increase. The actual amount paid to ASIG for services is based on actual work requested by the Aviation Authority and satisfactorily provided by ASIG. Small Business Requirement: This Contract does not include a Minority and Woman Business Enterprise (MWBE) or Local Developing Business (LDB) participation requirement. See attached memo from Small Business Office – Attachment “C”. Fee Structure and/or Compensation: Pricing is based on an hourly rate for: a) BHS Staffing; b) Administration; c) Supervisors; and d) Manager. Funds expected to be spent under the Contract in the current fiscal year are within approved budget. The annual value for the six (6) month extension is a total not-to-exceed amount of $1,687,879.13 which includes a three percent (3%) increase in the hourly service rate. The actual amount paid to the ASIG for services is based on actual work requested by the Aviation Authority and satisfactorily provided by ASIG. Fiscal Impact: The fiscal impact for the six (6) month extension is a not-to-exceed amount of $1,687,879.13. Funding will be from the Operation and Maintenance Fund, Account Code: 301.413.213.5340007.000.100484. 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. Staff Recommendation: Staff recommends that the following be recommended to the Aviation Authority Board: 1) award the six (6) month single source contract extension for Emergency Purchasing Contract 13-13, Baggage Handling and Staffing Support Services with Aircraft Service International, Inc., 2) authorize funding from the Operation and Maintenance Fund in a not-to-exceed amount of $1,687,879.13; and 3) authorize an Aviation Authority officer or the Executive Director to execute an amendment following satisfactory review by legal counsel. ATTACHMENT “A” SUMMARY OF CONTRACT REVISIONS 13-13, BAGGAGE HANDLING AND STAFFING SUPPORT SERVICES Concessions/Procurement Committee July 25, 2016 Page 4 CONTRACT APPROVALS Initial Contract Term 09/27/12 Executive Director 10/17/12 Board Approved, Item “X” Amendment No. 1 02/25/13 CPC; Board Approved 03/20/13 Amendment No. 2 Amendment No. 3 Amendment No. 4 Amendment No. 5 12/17/13 CPC; Board Approved 01/15/2014, Item “F” 05/27/2014 CPC; Board Approved 07/16/2014, Item “H” CPC Meeting 05/26/2015 Board Approved 6/24/15 Item “I” Pending CPC Meeting 07/25/2016 DESCRIPTION TERM DOLLARS 9/27/12 through 3/26/13 $1,583,972.00 3/27/13 through 3/26/14 $3,270,529.60 3/27/14 through 7/26/14 $ 896,679.63 14-Month Extension 7/27/14 through 9/30/15 $3,275,190.00 12-Month Extension 2% Increase 10/01/2015 through 09/30/2016 $2,801,843.20 Single Source 6-Month Extension 3% Increase 10/01/2016 through 03/31/2017 $1,687,879.13 6 Months Contract Award Contract Adjustment; 12 Month Extension; and 3.1% CPI Increase. Contract Adjustment (Support Staff portion moved to Contract 0311, Federal Inspections Stations Staffing Services ; 4 Month Extension; and 1% CPI Increase. Total Contract Value with all Changes (approved and proposed) $13,516,093.56 Concessions/Procurement Committee July 25, 2016 Page 5 ATTACHMENT “B” Concessions/Procurement Committee July 25, 2016 Page 6 Concessions/Procurement Committee July 25, 2016 Page 7 ATTACHMENT “C” GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Denise K. Schneider, CPPO, CPPB, C.P.M., C.M. Assistant Director, Purchasing and Material Control DATE: July 25, 2016 SUBJECT: Amendment to Purchasing Contract 06-15, Ground Support Equipment Maintenance and Repair (GSE) with JSM and Associates, LLC (JSM). Type of Amendment: Single Source – Six Month Contract Extension. Term of Contract: The initial term of the Contract was for fourteen (14) months, effective August 1, 2014, expiring September 30, 2015. On June 24, 2015, the Authority Board approved a twelve (12) month extension through September 30, 2016. Specifications: This Contract requires JSM to furnish all labor, supervision, management oversight, training, materials, repair parts, tools, equipment submissions, consumables, and all other items necessary for or incidental to performing twenty-four (24) hours per day seven (7) days per week, on-site maintenance and repair of the Ground Support Equipment (GSE) located at the Orlando International Airport, and to utilize and maintain the Aviation Authority’s Enterprise Asset Management System (Maximo) for the equipment and systems in accordance with the specifications. NEW BUSINESS AGENDA ITEM B Concessions/Procurement Committee July 25, 2016 Page 2 Background: This is a single-source contract with JSM and Associates, LLC, for Ground Support Equipment (GSE) Maintenance and Repair Services. Amendment No. 1 of the Contract allowed additional work to be completed including the replacement of MU20 slope plate make-up device; Amendment No. 2: (i) extended the term of the Contract for an additional period of twelve (12) months; (ii) revised the performance measurements and associated penalties; (iii) approval of additional work; (iv) a two percent (2%) price adjustment to cover payroll cost increase; and (v) revised the Bench Stock inventory deductions; and Amendment No. 3 added maintenance and repair of the Remote Sorting Facility (RSF) effective July 1, 2016. (See Attachment “A” for more details) The Authority’s policy (Section 450.03) Non-Competitive Procurements) permits the Single Source procurement of goods, services, or professional services made from one firm among others in a competitive market place which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchasing need. Authority policy requires that the requesting department complete a Single Source Procurement Justification form (Form 450.03.2), which shall state, in detail, the justification for the Single Procurement. (See Attachment “B” – Single Source). Small Business Requirement: This Contract includes an MWBE and LDB combined goal of 8.5%. JSM and Associates, LLC is in good standing as it relates to MWBE/LDB participation. See memo from Small Business Office - Attachment “C”. Issues: Contract Extension: October 1, 2016 – March 31, 2017. Department - Concurs with extension. Contractor – Based on the information known at the time, the Contractor has performed satisfactorily during the initial term and extension term. Contract Extension – The Aviation Authority has two (2) separate contracts associated with the baggage handling system (BHS), one for repairs and maintenance (Ground Support Equipment – GSE Contract 06-15) and one for the system’s operation for Baggage Handling Services agents (Emergency Purchase Contract 13-13.) The Aviation Authority is currently in the re-solicitation process of a new combined contract for Ground Support Equipment (GSE) Maintenance and Repair Services and Baggage Handling Services. A six (6) month extension of the Contract is needed for the continued service until the new competitive Contract is awarded. The Contract extension contains a thirty (30) day notice of termination. Concessions/Procurement Committee July 25, 2016 Page 3 JSM has agreed to the six (6) month extension and requested a three percent (3%) adjustment to cover payroll cost increases. Fee Structure and/or Compensation: Pricing is based on the monthly fees, and time and material on authorized additional work. The actual amount paid to JSM for services is based on actual work requested by the Aviation Authority and satisfactorily provided by JSM. The value of the six (6) month extension is a not-to-exceed amount of $4,392,441.54 which includes the three percent (3%) increase in the amount of $106,727.04 and $183,092.82 for the RSF. This will increase the original term Contract value from $17,395,263.36 to $21,787,704.90. Fiscal Impact: The fiscal impact anticipated for the six (6) month extension is a not-to-exceed amount of $4,392,441.54, with funding from the Operation and Maintenance Fund Account Codes: 301.413.212.5460001.000.100420, 301.413.213.5460001.000.100424 and 301.413.225.5460001.000.100424. The department intends to submit budget requests for those funds 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. Staff Recommendation: Staff recommends that the following be recommended to the Aviation Authority Board: 1) award the six (6) month single source contract extension for Purchasing Contract 06-15, Ground Support Equipment Maintenance and Repair with JSM and Associates, LLC, in the not-to-exceed amount of $4,392,441.54; 2) authorize funding from the Operation and Maintenance Fund; and 3) authorize an Aviation Authority officer or the Executive Director to execute an Amendment following satisfactory review by legal counsel. Concessions/Procurement Committee July 25, 2016 Page 4 ATTACHMENT “A” 06-15, GROUND SUPPORT EQUIPMENT MAINTENANCE AND REPAIR Summary of Contract Revisions CONTRACT Initial Term Amendment No. 1 Amendment No. 2 APPROVALS CPC 06/09/14 07/18/14 Aviation Authority Board, Item T CPC 4/1/15 Aviation Authority Board Approved 4/15/15, Item “O” CPC 5/26/15 Aviation Authority Board Approved 6/24/15, Item “H” Amendment No. 3 Purchasing Manager Approval 6/27/2016 Assistant Director of Purchasing and Material Control 6/24/2016 Amendment No. 4 Pending CPC Approval 7/25/17 DESCRIPTION TERM DOLLARS 08/01/2014 thru 09/30/2015 $8,137,920.00 Contract Adjustment 05/01/15 thru 09/30/15 $1,052,100.00 12-Month Extension 2% Increase 10/01/15 thru 09/30/16 $8,205,243.36 Contract Adjustment – Addition of RSF Location 10/01/15 thru 09/30/16 $0.00 10/1/2016 thru 03/31/2017 $4,392,441.54 Contract Award Single Source 6Month Extension 3% Increase Total Contract Value with all Changes (approved and proposed) $21,787,704.90 Concessions/Procurement Committee July 25, 2016 Page 5 ATTACHMENT “B” Concessions/Procurement Committee July 25, 2016 Page 6 Concessions/Procurement Committee July 25, 2016 Page 7 ATTACHMENT “C” GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce L. Gant, C.P.M., CPPB, FCCM, FCPM, Purchasing Manager – Contracts DATE: July 25, 2016 SUBJECT: Payment of Landfill Fees Related to Purchasing Bid 06-17, Trash Removal Services with Republic Services of Florida, LP Type of Procurement: Payment of Landfill Fees. Term of Contract: Agreements with various landfill facilities will result in multiple Purchase Orders, for a thirty-six (36) month period, October 1, 2016 – September 30, 2019. Specifications: Purchase Orders will be issued to pay for landfill fees when trash removed from the Authority’s premises by Republic Services of Florida, LP is transported and disposed of as required by the Authority in accordance with Purchasing Bid 06-17. Small Business Requirement: This Contract shall not include a Minority and Woman Business Enterprise (MWBE) or Local Developing Business (LDB) participation requirement. NEW BUSINESS AGENDA ITEM C Concessions/Procurement Committee July 25, 2016 Page 2 Issues: The term of proposed Purchasing Contract 06-17 with Republic Services of Florida, LP, will be effective from October 1, 2016, expiring September 30, 2019. This proposed Contract allows Republic Services of Florida, Inc. to transport and dispose of all solid waste, as requested by the Authority, at the Orange County Landfill or any other Environmental Protection Agency (“EPA”) approved landfill facility within a 20 mile radius from the Authority. Furthermore, the proposed Contract allows for the landfill facilities to be selected by Republic Services of Florida, LP provided that the fees charged at the selected landfill facility do not exceed the fees charged by Orange County Landfill. The fees will be billed directly to the Authority. Fee Structure and/or Compensation: Fees billed by the various landfill facilities are billed at a tonnage rate. The current rate per ton from Orange County Landfill is $33.60. The total landfill fee for the thirty-six (36) month period is not-to-exceed $1,006,200.00. The Authority will pay only for actual disposal/use of landfill based on the current rate per ton. Fiscal Impact: The fiscal impact during the thirty-six (36) month period is not-to-exceed amount of $1,006,200.00. Funding will be from the Operation and Maintenance Fund, Account Code: 301.416.170.5430001.000.000000. The department intends to submit budget requests for those funds 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. Staff Recommendation: Staff recommends that the following be recommended to the Authority Board: 1) allow multiple purchase orders to be issued to various landfill facilities; 2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $1,006,200.00 for landfill fees; and 3) authorize the Purchasing staff to issue the necessary Purchase Orders. GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce L. Gant, C.P.M., CPPB, FCPM, FCCM Purchasing Manager - Contracts DATE: July 25, 2016 SUBJECT: Amendment to Purchasing Contract 15-12, Operation and Management of CUPPS Work Stations, CUSS Kiosks and Peripheral Devices, with SITA Information Networking Computing USA, Inc. (“SITA”) Type of Amendment: Renewal Option. Term of Contract: The initial term of the Contract was for thirty-six (36) months, effective December 1, 2012, expiring November 30, 2015, with the Authority having two (2) options to renew the Contract for an additional period of one (1) year each. The first renewal option will expire November 30, 2016. Specifications: This Contract requires SITA to provide all on-site maintenance services, testing of the hardware and software, and all other items of work to maintain a Common Use Passenger Processing System (CUPPS), and Common Use Self Service (CUSS) systems at the Orlando International Airport in accordance with the Contract documents. Background: See Attachment “A”. Small Business Requirement: This Contract did not include a Minority and Women Business Enterprise and/or Local Developing Business participation requirement (see Attachment “B”). NEW BUSINESS AGENDA ITEM D Issues: Second Renewal Option – from December 1, 2016 – May 21, 2017. Staff is planning to combine Contracts 15-12 and 02-11 together under Contract 02-11 and the shorter renewal term will align both contracts to expire at the same time. Department – Concurs with renewal. Contractor – Based on the information known at this time, SITA has performed satisfactorily during the initial term and the first renewal option. Fee Structure and/or Compensation: Pricing is based on Hourly Rates for an estimated number of hours. The actual amount paid to the Contractor is based on actual work requested, performed, and approved by the Authority, based on the Hourly Rates. There is no increase in the Hourly Rates for the second renewal option. Fiscal Impact: The fiscal impact for this renewal option is a not-to-exceed amount of $349,562.50. Funding will be from the Operation and Maintenance Fund, account code 301.521.214.5340007.000.100483. 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. Staff Recommendation: Staff recommends that the following be recommended to the Authority Board: 1) renew Purchasing Contract 15-12, Operation and Management of CUPPS Work Stations, CUSS Kiosks and Peripheral Devices, with SITA Information Networking Computing USA, Inc. from December 1, 2016 – May 21, 2017; 2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $349,562.50; and 3) authorize an Authority officer or the Executive Director to execute an Amendment following satisfactory review by legal counsel. Concessions/Procurement Committee July 25, 2016 Page 3 ATTACHMENT “A” Summary of Contract Revisions 15-12 OPERATION AND MANAGEMENT OF CUPPS WORK STATIONS, CUSS KIOSKS AND PERIPHERAL DEVICES Contract Approvals Description Term Initial Term CPC 9/11/2012 Authority Board 10/17/2012, Item O Contract Award 12/1/2012 through 11/30/2015 $2,077,400.00 Amendment 1 CPC 7/27/2015 Authority Board 8/19/16, Item VI-Q 1st Renewal Option 12/1/2015 through 11/30/2016 $581,672.00 2nd Renewal Option 12/1/2016 through 5/21/2017 $349,562.50 Pending CPC Amendment 2 7/25/2016 Total Contract Value with all Changes (approved and proposed): Dollars $3,008,634.50 Concessions/Procurement Committee July 25, 2016 Page 4 ATTACHMENT “B” GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: July 25, 2016 SUBJECT: Purchasing Request for Written Quotation #92218-16, Airfield Vault Switchgear Assembly Fabrication and Delivery Services Procurement – Award Recommendation Type of Procurement: Request for Written Quotations (RFQ) will result in a Purchase Order (PO). Term of Agreement: Delivery complete within twenty (20) weeks after receipt of an Authority Purchase Order. Specifications: On May 13, 2016, the Authority received written quotations for the fabrication and delivery of a “Service Entrance Rated Combination Automatic Open Transition Transfer Bypass/Isolation Switch with Generator Breaker” (Vault Switchgear Assembly) to replace an existing Vault Switchgear Assembly that controls the electrical service supplied to the runway lighting system located in the center field lighting vault adjacent to runway 17L. It was required that the Total Quotation include all costs associated with the fabrication and delivery of the Vault Switchgear Assembly to the Authority in accordance with the specifications provided by the Authority’s consultant, AVCON, Inc. (AVCON). Award Criteria: Award, if made, will be to the responsible and responsive Respondent submitting the low Total Quotation. Fee Structure and Calculation: Total Quotation is based upon the Total Cost of the Vault Switchgear Assembly listed in the RFQ. NEW BUSINESS AGENDA ITEM E Concessions/Procurement Committee July 25, 2016 Page 2 Respondents: Eau Gallie Electric Russelectric, Inc. Firm Total Quotation $123,010.00 $161,790.00 References and/or How Firms Meet the Experience Criteria: A minimum of three (3) references were required from each Respondent from a prior customer that could verify the fabrication and provision of a switchgear assembly similar to the one specified, and that had been in place with the customer for a minimum of twelve (12) months. Evaluation of Respondents Relative to Award Criteria: Staff determined that both Eau Gallie Electric and Russelectric, Inc. were responsible based upon a review of the references received. Staff, in conjunction with an AVCON representative, reviewed the submittals provided by Eau Gallie Electric and determined that insufficient information was provided to determine the compliance and equivalence to the RFQ requirements of Section 2.1 of the RFQ, and is recommending that its quotation be deemed non-responsive. Staff, in conjunction with an AVCON representative, determined that Russelectric, Inc. is responsive based upon a review of the submittals received. Clarifications Required During the Process: After receipt of the quotations and submittals, all documents were forwarded to Staff and AVCON for review. AVCON found several items that were unclear in Eau Gallie Electric’s submittals. On June 27, 2016, Authority Staff, in conjunction with an AVCON representative, contacted Eau Gallie Electric to obtain clarification of these items. The responses provided by Eau Gallie Electric were not sufficient for AVCON to deem Eau Gallie’s quotation responsive. Irregularities or Issues that Impact Recommended Ranking: None. Fiscal Impact: The amount quoted by Russelectric, Inc. is within budget for funds expected to be spent under the resulting PO in the current fiscal year from Capital Expenditure Fund 308.631.110.5660006.000.501059. Concessions/Procurement Committee July 25, 2016 Page 3 Staff Recommendation: Staff recommends that the following be recommended to the Executive Director: 1) find the quotation submitted by Eau Gallie Electric non-responsive for the reason stated; 2) award Purchasing Request for Written Quotations #92218-16 to Russelectric, Inc. as the low, responsive and responsible Respondent in the not-to-exceed amount of $161,790.00; 3) authorize funding from the approved Capital Expenditure Fund; and 4) authorize the Purchasing Office to issue the necessary purchase order. GREATER ORLANDO AVIATION AUTHORITY MEMORANDUM Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 TO: Members of the Concessions/Procurement Committee FROM: Raymond D. Anderson, Esq. Senior Director, Properties & Concessions DATE: July 26, 2016 SUBJECT: Vehicle Services Travel Plaza Facility at Orlando International Airport Type of Procurement Request for Proposals (RFP) for Design, Build and Operate a Fully-Functioning On-Airport Vehicle Services Travel Plaza Term of Agreement The term of the proposed lease is for twenty-five (25) years following completion of construction, unless sooner terminated by the Authority. Specifications The Proposer is granted a non-exclusive right and obligation to develop, construct, operate and maintain a fully-functioning on-airport vehicle services travel plaza with services and amenities for Airport passengers and employees, customers, meeters and greeters, and commercial vehicle operators including the following: Minimum of 12 Self-Fueling Positions and Overhead Canopy Maximum of 9,000 SF Convenience Store 100 Space Travel Plaza Vehicle Parking Lot If proposing more than 4,500 SF, then must include fast casual restaurant or integrated limited service food concept Optional 2 Acre Separate Commercial Vehicle Fueling Facility Dry Pre-Treatment Storm Water Run-off Pond Name of Respondent Name of Respondent MCO Travel Plaza, LLC Proposed Development Cost Est. $5,379,218 NEW BUSINESS AGENDA ITEM F Concessions/Procurement Committee July 18, 2016 Page 2 Small Business Requirement This request for proposals does not include a Minority and Women Business Enterprise (MWBE) or a Local Developing Business (LDB) participation (see Small Business Memorandum, Attachment A). Award Criteria (including experience required) (see Legal Counsel Memorandum, Attachment B) Financial Capability – See separate memo from GOAA Finance (Attachment C) Reputation of the Proposer – See separate memo from Legal Counsel (Attachment E) Eligibility and Proposal Form correctly completed – some irregularities but they are deemed minor by Legal Counsel Demonstrated Experience and Qualifications – Proposer has developed travel plaza facilities at JFK, Indianapolis, and Ft. Meyer and is proposing to partner with Outstanding Hospitality Management Concession Group to operate the convenience store and two (2) fast casual restaurants Quality, Variety and Price Range of Convenient Store Items – not submitted, see “Irregularities/Issues” below Quality, Variety and Price Range of Fast Casual Restaurant Menu (if proposed) - not submitted, see “Irregularities/Issues” below Quality of Customer Service and Operating Plan - not submitted, see “Irregularities/Issues” below Travel Plaza Improvements consistent with the South Airport Travel Plaza Design Criteria – met minimum requirement with some irregularities. The Proposer supplied two (2) site plan options. Curb cut locations in both options and the location of the commercial fuel facility will need to be addressed further with the Proposer. (See Shenkel Schutz Letter, Attachment D). Capital Investment in the Gas Station, Convenience Store, 100 Space Parking Lot, Fast Casual Restaurant (if proposed) and Commercial Fueling Facility (if proposed) – met minimum requirement Financial Return to the Aviation Authority – met minimum requirement Fee Structure and/or Compensation Proposers were required to propose the following fees: Annual Facility Fee consisting of 1) Annual Rental Fee and 2) Annual Privilege Fee [Minimum Annual Rental fee is One Hundred Twenty Thousand Dollars ($120,000)] Annual Privilege Fee consisting of 1) Percentage of Gross Receipts and 2) Fuel Flowage Fee [Minimum Acceptable Percentage of Gross Receipts is Two Percent (2%)] Percentage of Gross Receipts were required to be proposed for the following categories: 1) Non-Employee Sales; 2) Alcoholic beverages and tobacco; and 3) Employee Sales Concessions/Procurement Committee July 18, 2016 Page 3 The proposal received proposed the following fees: Annual Rental Fee: $120,000 per year Annual Privilege Fee as follows: o Percentage of Gross Receipts for Non-Employee Sales: 3% from $0.00 to $2,500,000, then 5% thereafter o Percentage of Gross Receipts for Alcoholic beverages and Tobacco Sales: 3% from $0.00 to $2,500,000, then 5% thereafter o Percentage of Gross Receipts for Employee Sales: 3% from $0.00 to $2,500,000, then 5% thereafter o Fuel Flowage Fees for 1 to 2,500,000 gallons of $0.03 per gallon o Fuel Flowage Fees for 2,500,000 to 4,000,000 gallons of $0.04 per gallon o Fuel Flowage Fees for more than 4,000,000 gallons of $0.05 per gallon Irregularities or Issues that Impact Recommended Ranking (see Attachment B) Legal Counsel has determined that the Proposer failed to list three lawsuits within the past five years. In the first case, claims were either dismissed or resolved in favor of PMG (an affiliate). In the second case, PMG appealed an arbitration award which the district court partially affirmed. The case was ultimately settled subject to a confidentiality agreement. The third case was an adversary proceeding to recover a preferential payment in bankruptcy. The case was settled for $25,000. The explanation for failing to provide this information is that the damages claimed in each case were less than $1 million (although in one case there were punitive damages and treble damages that made the amount being sought more than $1 million). The variance has been deemed not material by Legal Counsel. The Proposer also failed to provide information on the quality, variety and price range of the convenience store items; the quality, variety and price range of the fast casual restaurants; and the quality of the customer service and operational plan. Legal Counsel has deemed this not material if the missing information is subsequently submitted and is subject to approval by the Executive Director. The proposer also failed to provide two years of financial statements, only providing one. However, upon request, the second year was provided and the explanation was that the audited statements had not been completed at the time of submission. This variance has not been deemed material by Legal Counsel. References and/or How Firms Meet the Experience Criteria The verification of the Proposer’s references are in process and will be reported separately. Evaluation of Respondents Relative to Award Criteria The one (1) proposal received was determined to be responsible and responsive. Concessions/Procurement Committee July 18, 2016 Page 4 Fiscal Impact: An Annual Rental Fee of $120,000 per year and an Estimated Annual Privilege Fee consisting of 1) Percentage of Gross Receipts and 2) Fuel Flowage Fee of $300,780 in the first year of operations, increasing annually thereafter. Staff Recommendation Staff recommends that the Committee recommend that the Aviation Authority Board (1) approve MCO Travel Plaza, LLC as a responsive and responsible proposer, and (2) authorize the Executive Director to enter into negotiations for the intended award of a commercial agreement granting the non-exclusive right and obligation to develop, construct, operate and maintain a fully-functioning On-Airport Vehicle Services Travel Plaza. ATTACHMENT A MARCHENA AND GRAHAM, PA MARCOS R. MARCHENA KEITH A. GRAHAM YOVANNIE RODRIGUEZ CHRISTOPHER J. WILSON MEREDITH WEBER HAMMOCK ANNE VAN DEN BERG SHANNON M. WIGGINS TO: Raymond Anderson FROM: Anne van den Berg DATE: July 15, 2016 RE: Travel Plaza Eligibility and Proposal Form 976 LAKE BALDWIN LANE, SUITE 101 ORLANDO, FLORIDA 32814 TELEPHONE (407) 658-8566 TELECOPIER (407) 281-8564 WRITER’S E-MAIL [email protected] 1. Proposer: After searching the records of the Secretary of State, I have determined that MCO Travel Plaza LLC is duly organized in Florida and all required information is provided. 2. Authorization to do Business in Florida: Certificate of Good Standing is not provided, but Electronic Articles of Organization are provided. The variance is not material. 3. Proposer Experience and References: a. Provides physical site description of work done at JFK, Indianapolis, and Southwest Florida (Ft. Myers). No indication of number of years operating these facilities or whether within time frame of past 5 years. The variance is not material. b. Provides 3 comparable developments with name, location and contact information as well as type of facility. Term is only provided for Indianapolis and Ft. Meyers facilities. Gross revenues only provided for Indianapolis and Ft. Meyers. No information provided regarding operations and number of employees. The variance is not material. c. Litigation (submitted after requested) in 3 cases. In first case, claims either dismissed or resolved in favor of PMG (affiliate). In second case, PMG appealed an arbitration award which the district court partially affirmed. The case was ultimately settled subject to a confidentiality agreement. The third case was an adversary proceeding to recover a preferential payment in bankruptcy. The case was settled ATTACHMENT B July 15, 2016 Page 2 for $25,000. The explanation for failing to provide this information is that the amount in controversy in each case was under $1M. The variance is not material. d. References: Provided 4 references, including from a bank and a landlord. 4. Travel Plaza Operational Details: All requested information provided except for furnishings, trade fixtures and equipment to be installed. The variance is not material. 5. Proposed Facility Improvements and Investment: Preliminary elevations and floor plan submitted. Investment must exceed $3.5M – Proposer proposes $5.0M. 6. Financial Information: [Evaluated by finance.] 7. Relationship with Authority: None. 8. Financial Operating Statements: Profit and Loss Statement (for 14 years), Balance Sheet (for 14 years), and rental income (for 25 years) with food tenant financials for 10 years submitted. 9. Annual Rental Fee, Percentage of Gross Receipts, Fuel Flowage Fee: a. Annual Rent: Minimum annual rent $120,000.00 – Proposer proposes $120,000.00 b. Gross Receipts: i. Non-employee sales (exc. alcoholic beverages and tobacco products) – 3% on sales from $0-$2.5M, 5% thereafter ii. Alcoholic beverages and tobacco products sales - 3% on sales from $0$2.5M, 5% thereafter iii. Employee sales (exc. fuel, alcoholic beverages and tobacco products sold to employees) - 3% on sales from $0-$2.5M, 5% thereafter iv. Fuel Flowage: 0-2.5M G $0.03 2,500,001 – 4M G $0.04 4M+ G $0.05 10. Additional Information: None submitted. Conclusion We deem the MCO Travel Plaza LLC proposal to satisfy the legal sufficiency requirements of the Travel Plaza Eligibility and Proposal Form. We do not deem any of the litigation reviewed as significant from the standpoint of responsibility. ATTACHMENT C July 19, 2016 Mr. Raymond Anderson Senior Director of Concessions and Properties Greater Orlando Aviation Authority Orlando International Airport One Jeff Fuqua Blvd. Orlando, FL 32827-4399 Re: South Airport Travel Plaza Review – Submittal Evaluation ORLANDO INTERNATIONAL AIRPORT Dear Mr. Anderson: SCHENKELSHULTZ (SSA) appreciates the opportunity to provide the Greater Orlando Aviation Authority (GOAA) an evaluation of the submittal as provided by the MCO Airport Plaza LLC Proposal response to the South Airport Travel Plaza RFP. After careful and thorough evaluation by both SSA and C&S Companies it is our collective professional opinion that MCO Airport Plaza LLC is capable of fulfilling the design and performance requirements as outlined in the Travel Plaza RFP and the Travel Plaza Design Criteria Document. Our recommendation is based on the overall compliance with the criteria, however we have included a detailed review following. SSA will work closely with GOAA and the successful proposer to ensure that any exclusions and/or deviations from the criteria documents are addressed or adjusted throughout the DRC (Design Review Committee) process. Please let us know what you will need in support your recommendations to the GOAA Board as we are prepared to assist in that activity and would look forward to hearing from you soon. We are assuming this will occur August 10, 2016. We hope this review meets with your approval and as always, we are available to discuss with you or staff any aspect of the information contained herein. SCHENKELSHULTZ remains committed to servicing GOAA with our fullest capabilities. Sincerely, SCHENKELSHULTZ Gay Geiger, AIA Project Architect/Manager ATTACHMENT D 200 E. ROBINSON ST., SUITE 300, ORLANDO, FL., 32801 TEL 407-872-3322 FAX 407-872-3303 www.schenkelshultz.com C:\Users\geiger\Desktop\GOAA Properties\Travel Plaza\Travel Plaza - SSA Design Review.docx ARCHITECTURAL LICENSE NO. AA-C000937 Mr. Raymond Anderson South Airport Travel Plaza Orlando International Airport July 19, 2016 Page 2 Detailed Review: 1. The site plans are small therefor it was difficult to determine plans for signage, quantity of dedicated parking spaces, areas for car vacuuming and air dispensing, and passenger safety when crossing drivethru traffic. 2. Travel Plaza Improvements are a generally appealing concept, appearance and layout. Indoor seating area seems ample and the inclusion of outdoor seating options for waiting cell phone lot users and airport employees, especially for cooler months, is an attractive option for this market and location. 3. C-store and Fast Casual Restaurants do not exceed 9000 square feet 4. Proposed development time frame not included. 5. The amount for proposed interior investment as required in section 5 not included, only the total proposed investment (this is consistent with the feedback received previously that total investment is generally how these types of developments are viewed and presented and interior improvement cost is generally not delineated) 6. Section 6 a. question check-boxes left unfilled regarding guarantee by parent company, etc. 7. Proposed annual rental fee meets minimum required. 8. Percentage of Gross Receipts exceeds minimum required. 9. Pro forma of anticipated income seems reasonable and indicates ability to cover annual facility fee. 10. The information provided demonstrated experience and qualifications, market leadership, strong qualifications and significant depth of experience necessary to successfully carry out quality development at OIA. 11. Meets minimum criteria of 12 covered fuel positions according to rendering. 12. List of convenience store items and pricing, per evaluation criteria bullet 2, or a commitment to street pricing in lieu of list. 7-eleven is certainly a quality brand with quality offerings not included. Prices and variety of anticipated items was addressed. 13. The inclusion of two fast casual concepts for consumer variety/choice and the approach to the tenanting of the fast casual restaurants meets criteria, however menus with pricing for either concept per criteria bullet 3 were not included. Both appear to be quality concepts eventhough our market is not familiar with either concept. 14. Customer Service & Operational Plan – “Annex C” approach to and choice of national branded and recognized fuel and c-store operators makes sense given the market context of OIA. Content addressing customer service approach not included, however their selected operational partner, OHM, has a contract with OIA and that experience could be considered. 15. Rational for providing commercial fueling area within the envelope of the proposed parcel for the travel plaza understood, however impact to required parking spaces and traffic patterns/volume and congestion as noted with the GOAA-suggested site plan and location will have to be evaluated. 200 E. ROBINSON ST., SUITE 300, ORLANDO, FL., 32801 TEL 407-872-3322 FAX 407-872-3303 www.schenkelshultz.com C:\Users\geiger\Desktop\GOAA Properties\Travel Plaza\Travel Plaza - SSA Design Review.docx ARCHITECTURAL LICENSE NO. AA-C000937 MARCHENA AND GRAHAM, PA MARCOS R. MARCHENA KEITH A. GRAHAM YOVANNIE RODRIGUEZ CHRISTOPHER J. WILSON MEREDITH WEBER HAMMOCK ANNE VAN DEN BERG SHANNON M. WIGGINS 976 LAKE BALDWIN LANE, SUITE 101 ORLANDO, FLORIDA 32814 TELEPHONE (407) 658-8566 TELECOPIER (407) 281-8564 WRITER’S E-MAIL [email protected] TO: Raymond Anderson FROM: Anne van den Berg DATE: July 20, 2016 RE: PMG Airport Plazas Developers references follow-up I contacted the two business contacts MCO Airport Plaza LLC provided for PMG Airport Plazas Developers, the entity that owns the single purpose entity that develops and operates the airport project. The two business contacts have worked with PMG doing development work for more than 3 years and reported good relationships with PMG, including speedy resolution to problems that arise. The banking contact, Capital One, provided a written response in the Proposal and followed it up with more information when requested. They have had a banking relationship with PMG for more than 5 years and reported that all accounts have been handled in a satisfactory manner and as agreed. The final reference is a representative of JFK, who submitted a letter stating that PMG’s single purpose entity for JFK “meets and satisfies all service standards that are required and expected by the Port Authority for the operation of a multi-fuel vehicle service station, dining facility and convenience store for the airport community and others doing business in and around JFK.” No contact information was provided for this reference, thus follow up was not possible. ATTACHMENT E
© Copyright 2026 Paperzz