CONCESSIONS/PROCUREMENT COMMITTEE (CPC) AGENDA DATE: August 30, 2016 DAY: Tuesday TIME: 3:00 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 Wednesday, September 7, 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 AUGUST 8, 2016 MINUTES IV. CONSENT AGENDA ITEMS No items to present in the Consent Agenda. V. NEW BUSINESS AGENDA ITEMS A. Purchasing Request for Written Quotation #92279-16, LED Light Fixtures Supply Procurement – Award Recommendation B. Purchase of Extended Warranty Service Agreements from Signature Technologies, Inc. d/b/a Com-Net Software Specialists (Com-Net) – Award Recommendation Page 1|2 VI. OLD BUSINESS AGENDA ITEMS A. 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, SEPTEMBER 12, 2016 AT 1:30 P.M. IN THE CARL T. LANGFORD BOARDROOM Page 2|2 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 2016 On AUGUST 8, 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 Staff/Others present: Administration and Technology, Chair Kathleen Sharman, Chief Financial Officer Tom Draper, Director of Operations Brad Friel, Director of Planning Brian Engle, Director of Customer Service Jo Thacker, Legal, Broad and Cassel Shannon Wiggins, Legal, Marchena and Graham Ray Anderson, Senior Director, Properties & Concessions Denise Schneider, Purchasing Bruce Lampman, Purchasing Tracy Harris, Concessions Frank Brown, Concessions Sharmaine Smith, Concessions Denise Ward, Business Applications Development Orlando Santiago, Small Business Development Kathy Walker, Southeastern Paper Group Salim Premje, Gateway Vending Florida Joe Iovino, Blimpster Refreshments 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, August 15, 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 Page 1|6 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 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. Draper, vote carried to approve the minutes of July 25, 2016 as presented. CONSENT AGENDA A. Provision of Workforce Management System Services – Cooperative Purchase Agreement through US Communities Governmental Purchasing Alliance(US Communities) B. Purchasing Request for Written Quotation #92128-16, Foam Handsoap Supply Procurement – Award Recommendation C. Purchasing Request for Written Quotation #92302-16, Roll Paper Towel Supply Procurement – Award Recommendation Chairperson Daniell asked if anyone in the audience would like to speak to any item on the Consent Agenda or if the Committee had any questions or wished to have an item pulled for discussion. There was no response to either inquiry. Upon motion by Mr. Engle, second by Mr. Draper, vote carried to approve the Consent Agenda as presented. NEW BUSINESS A. REVIEW OF PROPOSALS – LANDSIDE, LEVEL 1-A AND NORTH CELL LOT VENDING CONCESSION AND LANDSIDE, LEVEL 1-B AND SOUTH CELL LOT VENDING CONCESSIONS Ms. Harris stated this is request for proposals (RFP) for vending machine services at the Airport. On May 20, 2016, in accordance with the Aviation Authority’s concession policy, staff issued a Request for Proposals (RFP) for the Landside, Level 1-A and North Cell Lot Vending Concession and a separate RFP for the Landside, Level 1-B and South Cell Lot Vending Concession at the Orlando International Airport (the airport). The term is three (3) years subject to early termination by the Aviation Authority without cause upon 90 days written notice. The successful proposer(s) for each opportunity were to be granted the nonexclusive right, privilege, and obligation, to rent, occupy, equip, furnish and maintain the vending units for the operation of their respective concession at the locations indicated below: Page 2|6 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 2016 Each location identified for each concession was to consist of at least two (2), and not more than three (3), vending units which must include at least one (1) vending unit for the dispensing and sale of refrigerated nonperishable, non-alcoholic beverage items and one (1) vending unit for the dispensing and sale of non-perishable snack items. Both RFPs required the successful proposer of each to pay, to the Aviation Authority, during the term of each agreement period, a concession fee in an amount equal to a percentage of gross receipts derived from the sale of all products sold at the premises. For both RFPs, proposals containing a proposed concession fee of less than fifteen percent (15%) of gross receipts were not considered. The Aviation Authority’s and responsive proposer Aviation Authority. Both evaluation, which are as intent is to recommend award to the responsible with the proposal deemed most favorable to the RFPs contained identical criteria to be used for follows: Criteria Rated as Satisfactory or Unsatisfactory Financial Capability - Proposer’s financial information must show the financial ability to meet its existing obligations and those to be undertaken if successful in being awarded the [Landside, Level 1-A and North Cell Lot Vending Concession or the Landside, Level 1-B or South Cell Lot Vending Concession at the Airport]. In the event the information provided is deemed insufficient, then the successful proposer may be required to post a contract bond or letter of credit in an amount up to $10,000.00, as determined by the Aviation Authority. Reputation - Reputation will be considered based upon the information provided by proposers’ references. A poor reference or multiple nonresponsive references may result in an unsatisfactory rating. Criteria Rated According to Strength Demonstrated In Proposal Demonstrated Experience and Qualifications - Ranking for this criterion will be based upon the information submitted for the experience and qualifications of the proposer in operating vending units. Material litigation will be considered in this criterion. Customer Service and Marketing - Ranking for this criterion will be based on the extent to which the customer service approach will further the Aviation Authority’s goal of improved overall customer service and the likely success of the marketing program. The successful proposer must provide consistent inventory management to maintain inventory in ninety percent (90%) or more of the selections in all vending units at all times. Must provide and post on vending machines a designated local or toll-free number for repair service requests or technical support. Automated refunding capability preferred. Must be on-site to provide repairs within four (4) hours of notification by the Aviation Authority. Products and Quality, Variety and Price Range of Items - Products, whether national, regional, or local should have a recognized public appeal and meet the criterial specified herein. Proposed vending unit beverage and snack items are expected to be of high quality and a variety of items. Page 3|6 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 2016 Prices should be reasonable when considering the proposed products and brands. Vending Units - Proposed premises use and vending units should present a visually appealing concession space intended to maximize appeal to the traveler, while remaining true to The Orlando Experience®. The proposed vending units will be considered for evaluation purposes only, and will be subject to further review and approval by the Aviation Authority after award. On June 24, 2016, the Aviation Authority received the following proposals, listed alphabetically as follows: Blindster Refreshments (Blindster Refreshments) of Orlando, Florida Gateway Vending FL, LLC (Gateway Vending) of Orlando, Florida The Vending Station, Inc. (The Vending Station) of Saint Cloud, Florida Ms. Wiggins summarized the CPC memo that was included in the packets and is set forth below in order to capture all of the information contained within the memo. Ms. Wiggins then stated this is a pilot program. Therefore, the proposal indicated that two (2) years of experience were required. Further, Ms. Wiggins presented the following irregularities: Blindster Refreshments - Blindster Refreshments submitted two boxes, one box was labeled “Proposal for Level 1-A and North Cell Lot Vending Concession” and the second box labeled “Proposal for Level 1-B and South Cell Lot Vending Concession.” However, the contents of both boxes were identical. Blindster did not separately propose on each concession opportunity as required and instead combined both concession opportunities as if it were a single opportunity. Additionally, while the proposals identify the proposer as “Blindster Refreshments,” the Florida Secretary of State certificate submitted by Blindster Refreshments was for an entity named “BLINDSTER, INC.” The Florida Department of State’s website does not list “Blindster Refreshments” in its database as a business entity or fictitious name. According to legal counsel’s analysis, when evaluating competitively solicited proposals, the decision of a government entity may not afford one proposer an unfair advantage by acting arbitrarily and capriciously, the test of which is “generally controlled by a determination of whether [the government entity] complied with its own proposal criteria as outlined in the RFP.” Emerald Corr. Mgmt. v. Bay County Bd. of County Comm'rs, 955 So. 2d 647, 654 (Fla. 1st DCA 2007). While the Aviation Authority has the right to waive minor irregularities, combining two separate proposals constitutes a material irregularity that cannot be waived. Further, it would be impossible to award only one of the two concession opportunities to Blindster Refreshments because the proposals it submitted linked the two opportunities. This is considered a material irregularity that the Aviation Authority cannot correct and prevents the Aviation Authority from awarding any one of the concession opportunities to Blindster Refreshments. Page 4|6 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 2016 Gateway Vending FL, LLC - Gateway Vending submitted separate proposals. One for Level 1-A and North Cell Lot Vending Concession and one for Level 1-B and South Cell Lot Vending Concession. However, Gateway Vending did not submit evidence of experience sufficient to meet the requirements for either opportunity. The vending machine experience described in its proposals are vending machines located within coin laundry locations that are owned and operated by an affiliate of Gateway Vending. Gateway Vending also did not provide details regarding whether the vending machines are supplied, maintained, stocked or operated by its own employees, an affiliate or a third-party. Considering the Aviation Authority required experience in the direct management and operation of a vending machine concession or similar business in its Eligibility and Proposal Form, this is considered a material irregularity that the Aviation Authority cannot waive and prevents the Aviation Authority from awarding any one of the concession opportunities to Gateway Vending. The Vending Station, Inc. - The Vending Station submitted only one container with one set of identical proposals labeled “Proposal for Landside, Level 1-A and North Cell Lot Vending Concession Proposal for Landside, Level 1-B and South Cell Lot Vending Concession.” Pursuant to the Aviation Authority’s instructions, if a proposer desired to propose on both concession opportunities, it would need to propose on each opportunity separately by submitting two separate containers, one containing 12 sets of proposals for the Level 1-A and North Cell Lot Vending Concession and a second containing 12 sets of proposals for the Level 1-B and South Cell Lot Vending Concession. Instead, The Vending Station submitted one container containing a total of 12 sets that responded to both concession opportunities combined. As a result, combining the two concession opportunities is a material irregularity that cannot be waived and prevents the Aviation Authority from awarding any one of the concession opportunities to The Vending Station. Ms. Harris then explained that in the proposal documents, the Aviation Authority reserved the right to reject any or all proposals for any reason and to re-advertise or not to re-advertise for proposals. Based on the irregularities of each proposal received, Staff recommends that the Concessions/Procurement Committee deem all proposals non-responsive, reject all proposals and make a recommendation to the Aviation Authority Board to solicit a new RFP for vending machine services at the airport. Chairperson Daniell asked if anyone in the audience would like to speak to this matter. She then asked if any Committee members had questions. Mr. Draper inquired as to whether it was staff’s intent to resolicit a vending opportunity. In response to Mr. Draper’s question, Ms. Harris stated that staff intended to re-solicit a vending opportunity with possible changes, not fully known at this time. Moreover, the current proposers will be able to propose on any future re-solicitation of a vending concession. Mr. Joe Iovino, from Blindster Refreshments, then inquired on the reasons their proposals were deemed non-responsive as he indicated Blindster Page 5|6 DRAFT - CONCESSIONS/PROCUREMENT COMMITTEE MEETING MINUTES – AUGUST 8, 2016 Refreshments is interested in submitting a proposal for rebid. Ms. Wiggins explained the reasons already stated. Mr. Friel inquired about modifying the RFP for resubmittal. Ms. Conner responded it would most-likely be modified. Mr. Engle inquired when the second RFP would go out to the public. Ms. Conner responded it would take a few months since there is a time-frame that needs to be met. Mr. Engle presented a motion based on staff’s recommendation to place the RFP back out for bid. Ms. Sharman seconded the motion. Mr. Friel asked, for clarity, if the Committee was approving staff’s recommendation. Chairperson Daniell clarified that based on staff’s recommendation the request was to deem all proposals non-responsive, reject the proposals, and make a recommendation the Aviation Authority Board to solicit a new RFP. Mr. Engle’s motion was amended to deem all proposals non-responsive, reject all proposals and make a recommendation to the Aviation Authority Board to solicit a new RFP for vending machine services at the airport. The motion, as amended, was seconded by Ms. Sharman, and vote carried to approve staff’s recommendation. ADJOURNMENT Chairperson Daniell asked if there was further Committee business to discuss. The next scheduled CPC meeting will be held Tuesday, August 30, 2016 at 3:00 p.m. in the Carl T. Langford Board Room. With no further business before adjourned the meeting at 1:46 p.m. ________________________________ Dolly Daniell, Chairperson this Committee, Chairperson Daniell _______________________ Date Page 6|6 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: August 30, 2016 SUBJECT: Purchasing Request for Written Quotation #92279-16, LED Light Fixtures 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 end on June 30, 2017. Specifications: On August 5, 2016, the Authority received quotations for the procurement of 6 listed LED light fixtures to be provided on an “as needed” basis. A specified manufacturer, a specified product and estimated quantity was listed for each item. It was stated in the RFQ, that “no alternate products will be considered”. It was required that a specification sheet be submitted for each light fixture priced in a respondent’s quotation to confirm the respondent was quoting the specified 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 LED Light Fixtures 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. NEW BUSINESS AGENDA ITEM A Concessions/Procurement Committee August 30, 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 Graybar Facility Solutions Group Gexpro World Electric Supply Rexel Regency Lighting RetroLED E&C Electrical Service Lamp Sales Unlimited, Inc. ESCO Supplies, Inc. Total Quotation $32.262.70 $159,275.60 $163,450.00 $164,369.60 $164,972.80 $192,576.90 *$225,360.00 **$262,160.90 $279,155.00 ***$325,164.10 *The Quotation submitted by RetroLED contained mathematical errors resulting in an understatement of its Quotation by $500.00. The corrections are reflected in the above tabulation. The errors did not affect its ranking. **The Quotation submitted by E&C Electrical Service contained mathematical errors resulting in an overstatement of its Quotation by $330.40. The corrections are reflected in the above tabulation. The errors did not affect its ranking. ***The Quotation submitted by ESCO Supplies, Inc. contained mathematical errors resulting in an overstatement of its Quotation by $0.12. 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 Evaluation of Respondents Relative to Award Criteria: Section 1.5.1 of the RFQ specifications it was required that a specification sheet be submitted for each light fixture priced in a respondent’s quotation to confirm the respondent was quoting the specified item. Concessions/Procurement Committee August 30, 2016 Page 3 The Quotation submitted by Graybar provided unit pricing for 3 of the 6 listed items. The Quotation submitted by Facility Solutions Group provided unit pricing for 5 of the 6 listed items. The Quotation submitted by RetroLED provided unit pricing for alternate products for all 6 of the listed items. Staff is recommending that this quotation be deemed non-responsive. The Quotations submitted by Gexpro, World Electric Supply, Rexel, Regency Lighting, E&C Electrical Services, Lamp Sales Unlimited, Inc., and ESCO Supplies, Inc. provided unit pricing for all 6 of the listed items Staff is recommending that Graybar be found responsive and responsible on 3 of the 6 listed items in the not-to-exceed (NTE) amount of $32,262.70. Staff is recommending that Facility Solutions Group be found responsive and responsible on 5 of the 6 listed items in the NTE amount of $159,275.60. Staff is recommending that Gexpro be found responsive and responsible on all 6 listed items in the NTE amount of $163,450.00. Staff is recommending that World Electric Supply be found responsive and responsible on all 6 listed items in the NTE amount of $164,369.60. Staff is recommending that Rexel be found responsive and responsible on all 6 listed items in the NTE amount of $164,972.80. Staff is recommending that Regency Lighting be found responsive and responsible on all 6 listed items in the NTE amount of $192,576.90. Staff is recommending that E&C Electrical Service be found responsive and responsible on all 6 listed items in the NTE amount of $262,160.90. Staff is recommending that Lamp Sales Unlimited be found responsive and responsible on all 6 listed items in the NTE amount of $279,155.00. Staff is recommending that ESCO Supplies, Inc. be found responsive and responsible on all 6 listed items in the NTE amount of $325,164.10. Clarifications Required During the Process: Staff did not consider a split award as seven of the nine Respondents were responsive and responsible on all 6 of the listed items. Irregularities or Issues that Impact Recommended Ranking: None. Concessions/Procurement Committee August 30, 2016 Page 4 Fiscal Impact: The amount quoted by the low Respondent providing unit pricing for all of the listed fixtures (Gexpro) 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) deem the quotation submitted by RetroLED non-responsive for the reason stated; 2) award Purchasing Request for Written Quotations #92279-16 to Gexpro as the low, responsive and responsible Respondent providing unit pricing for all of the listed fixtures in the not-to-exceed amount of $163,450.00; 3) 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: Members of the Concessions/Procurement Committee FROM: Bruce E. Lampman, C.P.M., CPPB, Purchasing Manager DATE: August 30, 2016 SUBJECT: Purchase of Extended Warranty Service Agreements from Signature Technologies, Inc. d/b/a Com-Net Software Specialists (Com-Net) – Award Recommendation Type of Procurement: Approval of award will result in a Purchase Order (PO) based on a Single Source Procurement Justification. Term of Agreement: One time purchase of these Agreements will be completed within ten (10) days after receipt of an Authority PO. Specifications: On August 23, 2016, the Authority received a quotation from Com-Net for the provision of one thousand, one hundred, twenty-six (1,126), twenty-four (24) month term Extended Warranty Service Agreements. These Agreements shall provide warranty services beyond the manufacturer’s three (3) year term warranty provided with the purchase of the Model #LG55VH7B-B monitors being purchased and installed under BP-447. Award Criteria: This purchase of the Agreements shall be made from Com-Net based on a Single Source Procurement Justification in accordance with Authority Operational Procedure 450.03. Staff has reviewed the quotation for the Agreements and has determined that the purchase does not lend itself to a competitive award because this pricing is a result of a competitive process conducted by the Construction Department. (See “Clarifications”.) Fee Structure and/or Compensation: Total Quotation for the Agreements is the sum of the product of the unit price times the stated quantity of 1,126. NEW BUSINESS AGENDA ITEM B Concession/Procurement Committee August 30, 2016 Page 2 Respondent: Firm Total Quotation Signature Technologies, Inc. d/b/a Com-Net Software Specialists. $180,160.00 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: The Authority’s policy (Section 450.03, Non-Competitive Procurements) permits the single source procurement of goods 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. (Please see the attached Single Source Procurement Justification form.) On April 18, 2016, the Authority received quotations for the purchase of one thousand, one hundred, twenty-six (1,126) 55” Display Monitors for the BP-447, Ticket Lobby Renovation Project in response to RFQ #BP-447-01. All respondents were required to submit warranty terms and options. Also on this date, the Construction Committee met to observe presentations by the vendors, open the price portion of the quotations, and interviewed and ranked the quotations. At the conclusion of this meeting, the Construction Committee recommended to the Aviation Authority Board to approve an award to Com-Net for the purchase of display monitors manufactured by LG. The Construction Committee considered the warranty terms and options but did not include the cost of these Extended Warranty Service Agreement in its not-to exceed amount of $3,152,800.00. At its meeting of May 18, 2016 the Aviation Authority Board approved the Construction Committee’s recommendation (Consent Agenda Item “P”). On June 10, 2016, the Purchasing Department issued PO 1004723 for the purchase of the LG Display Monitors. Subsequent to these actions, the Operations Department has determined a need to purchase the Extended Warranty Service Agreements that were previously considered. Com-Net has provided a separate quotation priced at the unit cost it provided in April, 2016. Irregularities or Issues that Impact Recommended Ranking: None. Concessions Procurement Committee May 11, 2015 Page 3 Fiscal Impact: The amount quoted by Com-Net for the provision of the Extended Warranty Service Agreements is within budget as funded by Operations and Maintenance Fund 301.413.210.5460001.000.100482. Staff Recommendation: Staff recommends that the following be recommended to the Aviation Authority Board: 1) approve the purchase of one thousand, one hundred, twenty-six (1,126), twenty-four (24) month term Extended Warranty Service Agreements from Com-Net based on a Single Source Procurement in the not-to-exceed amount of $180,160.00; 2) authorize the Executive Director to execute a Single Source Procurement Justification form in accordance with Authority Policy; 3) authorize funding from the approved Operation and Maintenance Fund; and 4) authorize the Purchasing Office to issue the necessary purchase order. Vehicle Services Travel Plaza Facility OIA To be presented at meeting OLD BUSINESS AGENDA ITEM A
© Copyright 2026 Paperzz