The Contractor shall provide all labor, supervision, materials, supplies, tools, equipment, and all other items necessary or proper for, or incidental to, performing the removal, processing and disposal of USDA regulated garbage (international garbage) from the Aviation Authority’s regulated garbage designated collection areas at the Orlando International Airport (MCO) in accordance with this Specification. The Contractor shall have a valid Compliance Agreement issued by U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) to handle, haul, and dispose of regulated garbage at MCO.
The Orlando International Airport (MCO), operated and managed by the Greater Orlando Aviation Authority (“Aviation Authority”), has averaged 57.2 million domestic and international passengers during Fiscal Year 25. MCO experienced a 15% growth in passenger traffic in 2023 and is currently served by 32 commercial airlines and 5 cargo carriers. Orlando International Airport (MCO) is the busiest airport in the State of Florida, the 7th most actively engaged airport in the United States, and 18th in the world. The Aviation Authority is committed to ensuring quality services and a seamless passenger journey through exceptional experiences, collaboration, and creativity, by focusing on People, Connection, Community and Innovation.
- Minimum Experience —
Respondent shall have a minimum of TBD recent, relevant and verifiable projects, providing services of the type described in Section 8: Scope of Work/Specification, within TBDyears prior to the deadline of this Solicitation. The minimum value of each project must be at least $TBD. Respondent shall provide an affirmative statement and/or documentary proof of such experience in Section 7: Vendor Questionnaire.
- Regulations —
The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the work specified herein.
- Contractor shall comply with all health and sanitary regulations adopted by all applicable governing bodies.
- Contractor shall give access for inspection purposes to any duly authorized representative of such governing bodies.
- Permits are not required for the scope of this solicitation.
- The Contractor shall obtain licenses and certificates, or any such approvals of plans or specifications as may be required by Federal, State and local laws, ordinances, rules and regulations, for the proper execution of the work specified herein.
- Contractor shall comply with Federal and State right-to-know laws if hazardous materials are used. The SDS (Safety Data Sheets) shall be made available to all workers and Aviation Authority's Authorized representatives. Contractor shall report immediately to the Authority's Authorized Representative (AAR) any spillage or dumping of hazardous materials on Aviation Authority property. The Contractor shall also be responsible for the cleanup and any costs incurred for all such incidents.
- During the performance of this Contract, Contractor shall keep current and, if requested by the Aviation Authority, provide copies of any and all licenses, registrations or permits required by applicable governing agencies. Contractor shall keep a copy of any and all licenses, registrations and permits on the job site while performing the work.
- Nondiscrimination Legal Notices —
- The Aviation Authority does not discriminate upon the basis of any individual’s disability status. Anyone requiring reasonable accommodations as provided for in the Americans with Disabilities Act or Section 86.26, Florida Statutes, should contact the ADA Coordinator at 407-825-7105 as soon as possible, or at least one full business day prior to any scheduled meeting.
- In accordance with Section 287.05701, Florida Statutes, the Aviation Authority may not request documentation of or consider a Respondent's social, political, or ideological interests when determining if the Respondent is a responsible Respondent.
- Ranking —
- Respondents will be reviewed for meeting the Minimum Requirements and Other Requirements.
- Pricing provided will be reviewed for reasonableness. (Per Policy 450.02)
- Responses will be reviewed for responsiveness and responsibility.
- Respondents deemed responsive and responsible will be ranked based on pricing provided.
- Intent —
The Aviation Authority's intent is to enter into a non-exclusive Contract for the services described in this solicitation for a five (5) year base period, with TBD, TBD option(s). Contract to start on or about 08/01/2026.
- Contract/Agreement Instructions —
The Aviation Authority shall notify the Respondent of the Aviation Authority’s intent to make an award and the Respondent shall submit a properly executed Contract within ten (10) calendar days of receipt of notice from the Notice of Intent. Unless such time is extended by the Aviation Authority, the failure of a Respondent to submit a properly executed form within said time period shall be cause for cancellation of the intended award by the Aviation Authority in its sole discretion. In the event that an intended award is cancelled, the award may then be made to the next lowest responsive and responsible Respondent. Unless otherwise agreed by the Aviation Authority in its sole discretion, the Contract shall be executed and notarized as follows:
- If the Contractor is a corporation, the Contract shall be signed by an authorized corporate officer (i.e., President, Vice President, CEO, or COO).
- If Contractor is a Partnership, the Contract shall be signed by a general or managing partner.
- If the Contractor is a Limited Liability Company, the Contract shall be signed by a Manager or Managing Member having Aviation Authority to bind the company.
- If Contractor is a sole proprietorship, the owner shall sign the Contract.
If an aforementioned signatory is not available and a different authorized signatory executes the form, a letter of authorization reflecting the signatory’s Aviation Authority shall be submitted on the Contractor’s stationery stating that the person who signed the form is duly authorized to enter into such Contract on behalf of the Contractor. Such letter of authorization shall be signed by one of the designated signatories above or such other representative as may be acceptable to the Aviation Authority.
If a Response is accepted by the Aviation Authority, the Contract will be executed by the Aviation Authority with respect to the items awarded and returned to the Contractor evidencing the Aviation Authority’s acceptance of the Response. No award shall be final, and no Contractor shall have any entitlement to a Contract or award, until such time as the Aviation Authority has executed the Contract. Upon execution by both parties, the Contract will constitute the formal written Contract between the Aviation Authority and the Contractor.
- Prohibition of Covered Unmanned Aircraft Systems (UAS) —
The Contractor shall comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note).
The Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.
Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems.
- Reservation of Rights —
- The Aviation Authority reserves the right, in its sole discretion, to waive any informalities or irregularities of a Response, except that:
- the Aviation Authority will not waive the requirement that a Response, complete in all material respects, be received by the Aviation Authority by the time and date specified in the Timeline for the receipt thereof, and
- the Aviation Authority will not consider any Response which does not conform in all material respects to the terms of this Solicitation including a commitment to execute the Contract by the Respondent, if applicable.
- The Aviation Authority reserves the right to solicit from available sources relevant information concerning a Respondent’s past performance and may consider such information in its evaluation and selection of Respondents.
- The Aviation Authority reserves the right to request clarification of information submitted in any Response, to require additional information from any Respondent, or, in the Aviation Authority's sole discretion, to reject any or all Respondents for any reason and to re-advertise or not to re-advertise the Solicitation.
- The Aviation Authority reserves the right to reject responses containing any additional terms or conditions not specifically requested in the original special conditions and/or the terms and conditions.
- The Aviation Authority reserves the right to cancel an award to a Respondent upon due cause—i.e., misrepresentation, negligence, non-performance, etc. via written notice.
- As the best interest of the Aviation Authority may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof.
- All awards made as a result of this Solicitation shall conform to applicable policies of the Aviation Authority.
- No commitment is made or inferred by the Aviation Authority that any or all of the items listed, in any quantity, will be purchased as a result of this solicitation. The Aviation Authority may purchase the items listed or utilize services on an “as needed” basis, in any quantity/volume deemed necessary, at the unit prices provided in the successful Respondent’s response.
- The Aviation Authority reserves the right at its sole discretion to increase, decrease, or delete any portion of the Scope of the resulting Contract at any time, without cause.
- The Aviation Authority shall have the right, but not the obligation, to award all or any portion of the Scope. The extent and Scope, along with the fees for such services, will be subject to final approval by the Aviation Authority. The Aviation Authority intends, but is not obligated, to enter into a non-exclusive agreement with the highest ranked Respondent to provide goods and/or perform the required services described herein.
- The Aviation Authority reserves its right to award any or all of the advertised scope subject to the availability of funding.
- Invoices —
- The Aviation Authority shall pay the Contractor, subject to authorized deductions, and subject to the provisions of the following: Sub-Section: Management Fee, Sub-Section Reimbursable Payroll, and Sub-Section Operating Expenses shown below - up to the amounts set forth on the Proposal Pricing Table(s) for Contractor Staff that is authorized by the Aviation Authority as required by Section 3: Scope of Work / Specifications. See Proposal Pricing Table(s) in the eProcurement Platform - Management Fee tables and Reimbursable Payroll and Operating Budget tables for each distinct location.
- The Contractor shall invoice the Aviation Authority for the following: the Management Fee; and the Reimbursable Payroll and Operating Expenses; by the tenth (10th) day of each month following the month in which the services were performed by the Contractor in conformity with Contract requirements.
- The Contractor’s invoice shall describe the services rendered, dates rendered, and shall contain invoices for Reimbursable Payroll and Operating Expenses and other information as needed and be accompanied by such supporting documents and materials as the Aviation Authority shall request.
- The Contractor’s monthly invoices for Management Fees for each of the five (5) years of the Contract shall not exceed one-twelfth (1/12th) of the Contractor’s Management Fees for the applicable year, as set forth on the Proposal Pricing Table(s) within the eProcurement platform.
- The cumulative total of the Contractor’s monthly invoices submitted for the Reimbursable Payroll and Operating Expenses for each of the five (5) year years of the Contract shall not exceed the total Aviation Authority provided amount for the applicable year, as set forth on Proposal Pricing Table(s), unless prior written authorization is obtained from the Chief Executive Officer or designee.
- If the term of this shall end on a day other than the last day of a calendar month, the payment of the Management Fee and the Reimbursable Payroll and Operating Expenses for such month (and up to the extent provided in the Sub-Sections below), shall be pro-rated based upon the actual number of days in the month.
- Notwithstanding any other provision hereof, the Aviation Authority shall have the right to deduct any amounts due the Aviation Authority from the Contractor from the Management Fee and Reimbursable Payroll and Operating Expenses payable by the Aviation Authority to the Contractor.
- The Aviation Authority shall pay the undisputed amount of Contractor’s invoice per The Florida Prompt Act. Items in dispute shall be paid upon the resolution of the dispute in accordance with the Florida Prompt Payment Act. Discussed under T&Cs, duplicated here
- The Aviation Authority shall have the right, but not the obligation, to pay directly to third parties (including Sub-Contractors) all past due amounts owed by Contractor to third parties for labor and materials used for the work hereunder, based on invoices submitted by such third party, and all such amounts paid by the Aviation Authority shall be applied toward, and shall reduce, amounts owed to Contractor hereunder.
- The Contractor shall submit all invoices to: Greater Orlando Aviation Authority, Finance Manager, P.O. Box 620125, Orlando, Florida 32862-0125. Invoices may be sent electronically to accounts payable goaa-ap@goaa.org. Discussed under T&Cs, duplicated here. Also, I don't think that the mailed version is the preferred.
- Scope of Work/Specifications —
The Contractor shall provide all labor, supervision, materials, supplies, tools, equipment, and all other items necessary or proper for, or incidental to, performing the removal, processing and disposal of USDA-regulated garbage (international garbage) from the Aviation Authority’s regulated garbage designated collection areas at the Orlando International Airport (MCO) in accordance with this Specification. USDA-regulated garbage is defined as all waste material derived in whole or in part from fruits, vegetables, meats, or other plants, or animal material, and other refuse of any character whatsoever that has been associated with any material, that has been generated on board, or removed from, by any means of conveyance of an international movement, including domestic garbage that has commingled with international garbage shall become designated as USDA-Regulated Garbage.
- The Contractor shall have a valid Compliance Agreement issued by the U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) to handle, haul, and dispose of regulated garbage at MCO.
- The Contractor shall provide qualified staffing as it deems sufficient to meet the requirements of this contract.
- All work is to be coordinated with the Aviation Authority’s Authorized Representative or his/her designee.
- The Contractor shall perform emergency unscheduled pick-up service at the designated location(s), seven (7) days per week, 24 hours per day, including weekends and holidays whenever required.
- The Contractor shall pull additional containers when called by the Aviation Authority based on increased volume. Additional pulls shall be on a “request for service” basis. The Contractor shall respond within four (4) hours of such a request from the Aviation Authority.
- The Contractor shall keep current and provide the Aviation Authority two (2) emergency service telephone numbers that will be answered by a person who has the authority to act on the Contractor’s behalf to authorize emergency service twenty-four (24) hours a day and three hundred sixty-five (365) days a year.
- The Aviation Authority reserves the right to adjust the size, location and/or number of containers, the frequency of pickups or number of locations for the duration of the term of the contract.
- Sample Contract —
This Contract is made and entered into as of ___________________, by and between the GREATER ORLANDO AVIATION AUTHORITY, a public and governmental body, existing under and by virtue of the laws of the State of Florida, hereinafter called the Aviation Authority, and , hereinafter called Contractor.
WITNESSETH, that the said Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the Aviation Authority, hereby covenants and agrees to furnish all _________________________ and all other items necessary or proper for, or incidental to, performing its obligations under Solicitation 26-515-IFB, USDA-Regulated Garbage Services, at the Orlando International Airport, in accordance with the Contract Documents which consist of the Contract, Pricing Table(s), Performance Bond or Irrevocable Letter of Credit, Certificate of Insurance, the Solicitation Document, including all Attachments and any Addenda, and the completed Response to the Solicitation (Vendor Questionnaire), each of which are incorporated herein by this reference.
If the Contractor shall fail to comply with any of the terms, conditions, provisions, or stipulations of the Contract Documents, then the Aviation Authority may avail itself of any or all remedies provided in the Contract Documents, or which are otherwise available by applicable law or in equity, and shall have the right and power to proceed in accordance with the provisions thereof.
An extension of time for performance shall be the Contractor’s sole and exclusive remedy for any delay of any kind or nature caused by Aviation Authority, and in no event shall Contractor be entitled to recover from Aviation Authority any indirect, incidental, special or consequential damages in any proceeding arising out of or relating to this Contract or the breach thereof.
It is also agreed and understood that the acceptance of the last payment pursuant to the Terms and Conditions for work performed hereunder by the Contractor shall be considered as a release in full of all claims against Aviation Authority and its members, officers, agents and employees arising out of, or by reason of, the Contract obligations or work.
In consideration of the Contractor's obligations set forth in the Contract Documents, Aviation Authority agrees to pay to the Contractor upon satisfactory completion of such obligations, and subject to the Contract provisions, the compensation as set forth in the Pricing Table subject to such additions and deductions as may be provided in the Contract Documents and any duly approved and executed amendments thereto.
IN WITNESS WHEREOF, the said GREATER ORLANDO AVIATION AUTHORITY has caused this Contract to be executed in its name by its Chief Executive Officer, or designee, and the said Contractor.
“AVIATION AUTHORITY”
GREATER ORLANDO AVIATION AUTHORITY
By:
Title:
Date:
“Contractor”
Contractor NAME
By:
Title:
Date:
APPROVED AS TO FORM AND LEGALITY
For the use and reliance of the Greater Orlando
Aviation Authority, only.
Name of Law Firm:__________________________
By: ______________________________________
Date:
- Overview —
The Contractor shall provide all labor, supervision, materials, supplies, tools, equipment, and all other items necessary or proper for, or incidental to, performing the removal, processing and disposal of USDA-regulated garbage (international garbage) from the Aviation Authority’s regulated garbage designated collection areas at the Orlando International Airport (MCO) in accordance with this Specification. The Contractor shall have a valid Compliance Agreement issued by the U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) to handle, haul, and dispose of regulated garbage at MCO.
- Minimum Experience —
This Solicitation will be awarded only to the lowest responsible, responsive Respondent qualified by experience and expertise to provide the work specified.
The following evidence of eligibility is required to be submitted:
- Proof of Compliance Agreement issued by U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ). Proof of such certification/license/agreement (Contractor and Sub-Contractor) must be provided.
- Respondent must have a minimum of three (3) years of continuous, recent, relevant, and verifiable experience.
- Provide verifiable evidence that the Respondent has provided removal, processing and disposal services for a minimum of 800 tons of USDA-regulated garbage or medical waste, per year, within the last five (5) years at a medium or large commercial-service airport or large facility.
- Respondent shall list and briefly describe contracts of similar size and/or complexity which have been completed satisfactorily, including contract name/number, dates/period of performance and location.
- Award —
Award will be made by the Aviation Authority Board.
- Nongovernmental Entity Declaration Regarding the Use of Coercion for Labor and Services —
Nongovernmental Entity Declaration Regarding the Use of Coercion for Labor and Services
26-515-IFB
USDA-Regulated Garbage Services
Nongovernmental Entity's Name: _______________________________
Nongovernmental Entity's FEIN: ________________________________
Authorized Officer or Representative Name: _______________________
Authorized Representative's Title: _______________________________
Nongovernmental Entity's Address:______________________________
Section 787.06(13), Florida Statutes, requires all nongovernmental entities executing, renewing, or extending this Contract with a governmental entity, as defined in section 287.138(1), Florida Statutes, to provide an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury that the nongovernmental entity does not use coercion for labor or services as defined in that statute. The Greater Orlando Aviation Authority is a governmental entity as defined by and for purposes of section 787.06(13).
The nongovernmental entity identified above does not, pursuant to section 787.06(2)(a):
- Use or threaten to use physical force against any person;
- Restrain, isolate, or confine, or threaten to restrain, isolate, or confine any person without lawful authority and against her or his will;
- Use lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined;
- Destroy, conceal, remove, confiscate, withhold, or possess any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person;
- Cause or threaten to cause financial harm to any person;
- Entice or lure any person by fraud or deceit; or
- Provide a controlled substance as outlined in Schedule I or Schedule II of section 893.03, Florida Statutes, to any person for the purpose of exploitation of that person.
Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true.
By: __________________________________________________
Authorized Officer or Representative for Nongovernmental Entity
Print Name: ___________________________________________
Print Title: ____________________________________________
Date: ________________________________________________
- Reservation of Rights —
- The Aviation Authority reserves the right, in its sole discretion, to waive any informalities or irregularities of a Response, except that:
- the Aviation Authority will not waive the requirement that a Response, complete in all material respects, be received by the Aviation Authority by the time and date specified in the Timeline for the receipt thereof, and
- the Aviation Authority will not consider any Response which does not conform in all material respects to the terms of this Solicitation including a commitment to execute the Contract by the Respondent, if applicable.
- The Aviation Authority reserves the right to solicit from available sources relevant information concerning a Respondent’s past performance and may consider such information in its evaluation and selection of Respondents.
- The Aviation Authority reserves the right to request clarification of information submitted in any Response, to require additional information from any Respondent, or, in the Aviation Authority's sole discretion, to reject any or all Respondents for any reason and to re-advertise or not to re-advertise the Solicitation.
- The Aviation Authority reserves the right to reject responses containing any additional terms or conditions not specifically requested in the original special conditions and/or the terms and conditions.
- The Aviation Authority reserves the right to cancel an award to a Respondent upon due cause—i.e., misrepresentation, negligence, non-performance, etc. via written notice.
- As the best interest of the Aviation Authority may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof.
- All awards made as a result of this Solicitation shall conform to applicable policies of the Aviation Authority.
- The Aviation Authority reserves the right at its sole discretion to increase, decrease, or delete any portion of the Scope of Services of the resulting Contract at any time, without cause.
- The Aviation Authority shall have the right, but not the obligation, to award all or any portion of the services. The extent and Scope of the Services, along with the fees for such services, will be subject to final approval by the Aviation Authority. The Aviation Authority intends, but is not obligated, to enter into a non-exclusive agreement with the highest ranked Respondent to perform the required Services described herein.
- The Aviation Authority reserves its right to award any or all of the advertised services subject to the availability of funding.
- Aviation Authority’s Responsibilities —
The Aviation Authority may, on an as‑needed basis, provide the Contractor with escorts to access designated work areas, as applicable.
- Intent —
The Aviation Authority's intent is to enter into a non-exclusive Contract for five (5) years with services to commence on or about August 1, 2026.
- References —
- Respondent must provide up to three (3) references from clients to whom the Respondent has delivered goods or provided services of similar scope and size within the past five (5) years prior to the Solicitation deadline. The Aviation Authority may be listed as one (1) reference. All references must include:
- Client name
- Address
- Phone number
- Dates of the past/current contract(s)
- Confirm type of License Agreement
- References should demonstrate that the Respondent has a reputation and proven capability to perform the Scope of Work. Each reference must be able to validate the Respondent’s experience and performance.
- By submitting a response, the Respondent authorizes the Aviation Authority, its staff, or its consultants to contact any listed references and authorizes those references to release, orally or in writing, any appropriate information regarding the Respondent and its team members. The Aviation Authority also reserves the right to obtain relevant information from other available sources regarding the Respondent’s past performance and may consider such information in its evaluation and selection process.
- Respondents bear full responsibility for providing references who will respond to the Aviation Authority’s inquiries. Failure of references to respond may result in the Respondent being deemed non‑responsive.
- Performance —
- The Aviation Authority shall, at regular intervals, monitor the performance of Contractor to determine whether the work to be performed under the Contract has in fact been accomplished to Aviation Authority’s satisfaction and/or completed in a timely manner.
- The Aviation Authority shall notify the Contractor of any specific services that are unsatisfactory to the Aviation Authority, and if the Contractor has not addressed such item or items set forth in the notice to the Aviation Authority’s satisfaction within the time frame set forth in the Aviation Authority’s notice, the Aviation Authority in addition to all other rights provided under this Contractor by law or equity, may either remedy such unsatisfactory services itself or through a third party and the cost of providing the remedial services shall be deducted from the Contractor’s invoice.
- Contractor shall be financially responsible for all Federal civil penalties assessed against Aviation Authority for security/safety violations as a result of negligent acts or omissions by employees of the Contractor or Sub-Contractor(s).
- Also addressed under T&Cs
- Purchasing Contracts With Other Governmental Entities —
Aviation Authority permits the Contractor to extend the pricing, terms and conditions of this solicitation to other governmental entities at the Contractor’s discretion. Each governmental entity that utilizes this solicitation or resulting Contract will be responsible for execution of its own requirements with the Contractor.
- Work Hours —
- The Contractor shall perform regulated garbage removal seven (7) days a week, 365 days a year, including holidays.
- In the event that an emergency condition is declared by the Aviation Authority’s Chief Executive Officer, the Chief of Operations, Chief Operating Officer, the Vice President of Operations, or their respective designees, The Contractor will perform work during such hours as specified by the Aviation Authority.
- Licensing and Compliance Documentation —
This solicitation requires the following License(s)/Certification(s)/Agreements:
- Compliance Agreement issued by U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ).
- A pdf copy shall be provided as proof of such License(s)/Certification(s)/Agreement (for both Contractor and Sub-Contractor) in Section 7: Vendor Questionnaire.
- Management Fee —
Contractor shall invoice the Aviation Authority for the Management Fee as set forth in the Schedule of Fees. The Management Fee shall include the following:
- All payroll and associated costs for:
- Manager.
- Assistant Managers,
- Administrative Staff.
- Any other positions deemed necessary by the Contractor and not listed in the Reimbursable Payroll and Operating Expenses in Sections 3.4 and 3.5 below.
- The Management Fee shall also include all other expenses not listed in the Reimbursable Payroll and Operating Expenses in Section 3.4 and 3.5 below, including but not limited to:
- Contractor overhead and profit
- Sub-CContractors Management Fee
- All required Insurance as outlined in Section 10: Aviation Authority's Standard Terms and Conditions
- Workers compensation for all employees including management fee and reimbursable positions
- All Bond expenses (Performance Bond, Customs Bond, etc.)
- Recruiting expenses
- Badges and keys
- Payroll processing expenses
- Office equipment and Operating Supplies
- Contractor’s Office Cleaning
- All costs for Vehicles and all other motorized equipment, including fuel, upkeep, insurance, and maintenance.
- Staff Engagement Program
- Record Retention Obligation (5 Years Post-Contract)
- Radios, batteries, accessories, and chargers purchase, maintenance and replacements.
- Cost for internet services and associated connectivity costs for Contractor provided computers and devices.
- Costs associated with all pre-approved training (i.e. trainer, training materials). The Aviation Authority will only reimburse for the hours to attend the training for the reimbursable positions.
- Costs for Contract cell phones and data.
- Cost of benefits for all management and all reimbursable positions, including but not limited to, retirement contributions, life insurance, and any other Contractor provided benefits not covered under Reimbursable Payroll and Operation Expenses in Section 3.4 and 3.5
- Health insurance premiums for the positions in the Management Fee
- Health Insurance premiums in excess of Five Hundred Twenty Five Dollars ($525) per month for Contract year 1; Five Hundred Fifty Dollars ($550) per month for Year 2; Five Hundred Seventy Five Dollars ($575) per month for Year 3; Six Hundred Dollars ($600) per month for year 4; Six Hundred Twenty Five Dollars ($625) per month for year 5; per position for the reimbursable positions participating in the Contractor provided Health Care Plan.
- Non-resident legal, administrative, bookkeeping, executive personnel expenses and off-site general office expenses.
- All other costs associated with the performance of this Contract not listed in the Reimbursable Payroll and Operating Expenses in Sections 3.4 and 3.5.
- The Management fee will not change even if the Contract scope adjusts up or down. As asset numbers are adjusted up or down the Contractor shall manage the staff necessary to perform required maintenance functions.
- In the event the performance of the Contract requires a permanent increase or decrease in the staffing of the reimbursable positions of twenty percent (20%) or more, Aviation Authority and Contractor may re-adjust the Management Fee.
- Solicitation Information/Instructions To Respondents —
- All prospective Respondents shall thoroughly examine and become familiar with the Solicitation package and carefully note the items which must be submitted with the Solicitation as detailed in Section 7: Vendor Questionnaire.
- Submission of a Response shall constitute an acknowledgment that the Respondent has read and understands the Solicitation Documents. The failure or neglect of a Respondent to receive or examine any Solicitation Document shall in no way relieve it from any obligations under its Response or the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work.
- Sealed electronic responses will be received for this Solicitation through the Greater Orlando Aviation Authority e-Procurement Platform located at https://procurement.opengov.com/portal/goaa. Once you have completed the free account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic response. By way of the Platform, responses will be locked and digitally encrypted until the submission deadline passes.
- All Responses must be received by the Aviation Authority as noted in the Section 1: Introduction. All Responses timely received will be listed with the name of the Respondent during the Virtual Announcement of Respondents. The e-Procurement Platform will not allow for late submittals.
- The time/date stamp clock located in the electronic submittal Platform shall serve as the official authority to determine lateness of any response.
- If the Aviation Authority determines that it is necessary to change the dates or times prior to the due date, the change will be announced and posted on the e-Procurement Platform.
- The Aviation Authority shall not be responsible for delays caused by any occurrence. This shall include any delay as a result of a technology issue. Any late response shall not be accepted.
- Responses submitted by hard copy, e-mail, or fax shall not be accepted. Responses submitted outside of the designated electronic submission Platform shall be rejected as non-responsive regardless of where and when they were received.
- Respondents shall not be allowed to modify their responses after the opening time and date.
- Unless otherwise noted, Respondents shall submit one Response only.
- Each Respondent shall complete Section 7: Vendor Questionnaire. Please respond to each item individually, as applicable.
- Unless otherwise directed, all uploaded files must be in PDF format. Do not upload zip files.
- Regarding narrative responses: please do not include any links to any material, as those will not be reviewed. Additionally, images shall not be added into narrative fields, as those will not be reviewed.
- Once the deadline for receipt of Responses has occurred, no Response may be altered or withdrawn for a period of 90 days after such deadline.
- Intent —
The Aviation Authority's intent is to enter into a non-exclusive Contract for the services described in this solicitation. Services to start on or about 08/01/2026.
- Registration with the State of Florida —
Respondent must be registered/qualified to do business in the State of Florida. A pdf copy of such SunBiz.org registration/application shall be included in Section 7 Vendor Questionnaire, with the Response submission.
- Pre-Submittal Meeting —
- An virtual and in-person Pre-Submittal Meeting will be held for this solicitation.
- The location, date, and time can be find under Section 1: Introduction
- The purpose of any Pre-Submittal Meeting is to review and discuss the solicitation (and any addenda) as published.
- Attendance is not mandatory, but highly encouraged.
- Attendees are expected to be familiar with the Solicitation Document.
- General Civil Rights Clause and Title VI Solicitation Notice —
In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin, creed, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance.
This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.
The Aviation Authority in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.
Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR Part 21 (Non-discrimination in Federally-Assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964) including amendments thereto; • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • The Age Discrimination Act of 1975, as amended (42 .U.S.C. § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (P.L. 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR Parts 37 and 38; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681, et seq).
- Reimbursable Payroll Expenses —
Contractor shall invoice the Aviation Authority for the actual Reimbursable Payroll Expenses paid by the tenth (10th) day of each month for the services performed by the Contractor during the prior month. Approval of the Staffing Schedules shall not be construed as, and is not, authorization to exceed the annual Reimbursable Payroll Expenses Budget.
The Reimbursable Payroll Expenses shall be limited to the following:
- Actual hourly rates paid the employee for the following positions:
- Supervisor positions
- Lead positions
- Ambassador positions
- Associated payroll taxes: Social Security, Medicare, Federal & State Unemployment.
- Overtime hours as approved in advance by the AAR
- Actual paid time-off taken (vacation, sick, bereavement, jury duty) and holiday pay as approved by the AAR. Contractor shall provide detailed leave and holiday plan for the AAR approval. The Aviation Authority will not reimburse Contractor for any accrued vacation or sick leave hours at the time of Contract expiration, at the end of any Contract Year, or upon employee termination for any reason. Contractor shall provide its policy on paid time-off and holidays prior to Contract execution
- Reimbursement for Health Insurance premiums for up to Five Hundred Twenty Five Dollars ($525) per month for Contract year 1; Five Hundred Fifty Dollars ($550) per month for Year 2; Five Hundred Seventy Five Dollars ($575) per month for Year 3; Six Hundred Dollars ($600) per month for year 4; Six Hundred Twenty Five Dollars ($625) per month for year 5; per position for the reimbursable positions participating in the Contractor provided Health Care Plan.
- Staffing and wage plan shall be submitted for approval no more than 10 business? days after receipt of the Notice of Intent.
- Intent —
The Aviation Authority's intent is to enter into a non-exclusive Contract for the services described in this solicitation. Delivery of Goods and Services to start on or about 08/01/2026.
- Compliance with the minimum Small Business Goal(s) —
A Respondent which fails to propose the minimum small business participation and fails to demonstrate good faith efforts will be deemed non-responsive. Affirmative statement or Good Faith Effort must be provided in Section 7: Vendor Questionnaire. The Small Business Requirements are listed in Section 0: Small Business Program and Requirements.
- Whistle Blower Reporting Line —
The Aviation Authority is committed to the highest level of integrity in its operations and is fully committed to protecting the organization, its operations, and its assets against fraud, waste or abuse. The Aviation Authority has established a Whistle-Blower Reporting Line with a third-party service provider as a means for employees, contractors, vendors, tenants and the general public to report suspected fraud, waste or abuse in connection with Authority operations. Should Contractor suspect any fraud, waste or abuse in connection with any work under this Contract, including any work of its subcontractors or laborers, it shall promptly report such activity at (877) 370-6354, through email: caseinbox@goaa.caseiq.app, or through the online reporting form at https://goaa.caseiq.app/portal. The Contractor shall include this reporting requirement in all subcontracts and vendor agreements. The Contractor is further encouraged to report any suspected fraud, waste or abuse it suspects in connection with any other airport operation or project.
- Contractor's Responsibilities —
- The Contractor and Sub-Contractors shall have a valid Compliance Agreement issued by U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) to handle, haul, and dispose of regulated garbage at MCO.
- The safety of the public is the responsibility of all Contractor’s personnel and employees while performing under this Contract.
- The Aviation Authority reserves the right to approve or disapprove a Contractor employee’s qualifications to serve under this contract, and to request adjustment or replacement of any Contractor personnel at any time at the sole discretion of the AAR.
- The Aviation Authority will allow the Contractor reasonable access to facilities controlled by the Aviation Authority to enable the Contractor to perform the Services. The Contractor agrees that such rights of access shall not be exercised in a manner or to such extent as to impede or interfere with the operation of the Aviation Authority’s facilities, or with the operations of the Aviation Authority’s lessees, licensees, or permittees of the Aviation Authority or the applicable owner of such facilities.
- The Contractor further agrees to abide by all applicable regulations regarding access to the Aviation Authority’s facilities, including access to Airfield Operating Areas (AOA). The Contractor will obtain all necessary security and parking badges and clearances required for such access by the Contractor’s personnel at no additional cost to the Aviation Authority.
- All work performed under this contract shall be carried out under the direction of the AAR. The Contractor shall be responsible for continuous communications and coordination with the AAR.
- The Contractor shall report to the AAR any critical issues discovered during the performance of the work immediately. The AAR will coordinate with the Contractor on the reporting and tracking process.
- The Contractor shall be obligated to establish Incident Reporting procedures which include notification to AAR. Incident reporting shall apply to any person notifying the Contractor or his staff of an incident/injury on airport property. The Contractor shall report injuries by calling either 911 or 407-825-2065 to deploy paramedics and the Aviation Authority’s Operations personnel. The Contractor shall cooperate with and provide supporting documentation to the Aviation Authority in its investigation of an incident.
- The Contractor shall attend a pre-coordination meeting and all meetings after the commencement of the Contract as requested by the AAR. The Contractor shall attend monthly or quarterly virtual meetings as deemed necessary by the AAR.
- The Contractor assumes all liability with respect to their Employees and Employees of any Sub-Contractors assigned to this Contract if they are injured on Aviation Authority property.
The Contractor shall implement and maintain quality controls to ensure that all services performed under this Contract fully comply with the Scope of Work, all applicable regulatory requirements and industry the standards. These controls include records related to activities, findings, and corrective actions to be made available to the AAR upon request, if deemed necessary. The Contractor is responsible for ensuring quality controls remain effective throughout the term of the Contract and updated as necessary to maintain consistent compliance and performance.
- Pre-Submittal Meeting —
- A Pre-Submittal Meeting will be held virtual and in-person for this solicitation.
- The Teams link can be find under Section 1: Introduction
- The purpose of any Pre-Submittal Meeting is to review and discuss the solicitation (and any addenda) as published.
- Attendance is not mandatory, but highly encouraged.
- Attendees are expected to be familiar with the Solicitation Document.
- Reimbursable Operating Expenses —
Contractor shall invoice the Aviation Authority for the actual Reimbursable Operating Expenses incurred and paid for by the Contractor during the prior month.
- The Reimbursable Operating Expenses shall be limited to the following:
- Uniforms for the reimbursable positions. Uniform program shall be approved by the AAR as described in Section 3.9, Contractors’ Personnel.
- Language Assessment
- Third Party Training
- Sub-Contracted Work: Sub-Contracted Work (Excluding Participation} at actual cost as approved by the Aviation Authority. There shall be no mark-up associated with the Sub-Contracted work.
- The Contractor aggregate annual invoices for Reimbursable Payroll and Operating Expenses shall not exceed the total Reimbursable Payroll and Operating Expenses Budget for the applicable year, unless prior authorization had been obtained from the Aviation Authority. If not specifically set forth in Sections 4.5, any other expenses incurred by Contractor shall not be reimbursed and shall be included in the management fee.
- If not specifically set forth in the Management Fee, any other Payroll or Operating Expenses incurred by the Contractor shall not be reimbursed and shall be included in the management fee.
- Only the Reimbursable Payroll and Operating Expenses set forth in Sections 4.4 and Section 4.5 shall be reimbursable by the Aviation Authority. If not specifically set forth in Sections 4.4 and Section 4.5, any other expenses incurred by Contractor shall not be reimbursed by the Aviation Authority and shall be included in the Management fee.
- Non-Reimbursable Expenses —
- The following expenses shall not be reimbursed by the Aviation Authority:
- Any accrued leave hours at the time of Contract expiration, at the end of any Contractyear, or upon employee termination for any reason.
- Monthly health insurance premiums in excess of the amount described in Reimbursable Positions Section 4.4.
- Health care premiums for the positions included in the management fee.
- Costs or expenses of legal representation, or of union negotiations and administration.
- Costs of any interstate/intrastate local flat rate telephone calls, extended calling services, long distance, or directory assistance toll telephone service.
- Costs of any and all interest, late charges, penalties, and fines paid by the Contractor and/or its employees.
- Taxes accrued above Federal or State wage limitation will not be reimbursed. Only Federal and State Unemployment taxes actually paid will be reimbursed.
- Any other costs or expenses not specified under Sub-Sections 4.4 and 4.5 Reimbursable Payroll and Operating Expenses.
- Contractor shall pay all costs and expenses connected with its operations when due and submit to the Aviation Authority, on or before the tenth (10th) day of each month, itemized statements of all approved Reimbursable Payroll and Operating Expenses incurred and paid for during the previous calendar month.
- Each such statement shall be accompanied by such proof of charges and disbursements and other supporting documents as the Aviation Authority requests, shall include, but not limited to, electronic attendance records, payroll registers, healthcare employee participation records and any other payroll records; paid invoices for the reimbursable operating expenses and any other supporting documents as requested by Aviation Authority.
- Reimbursement of reasonable, allowable expenses shall be made by the Aviation Authority within approximately thirty (30) days of its receipt from Contractor of monthly itemized statements submitted provided that (i) the statements are in the format required by the Aviation Authority, (ii) all appropriate supporting documents are attached to each statement, (iii) the statement contains an acknowledgement that the Aviation Authority has not previously reimbursed the Contractor for any of the itemized expenses, and (iv) the statement is complete and accurately reflects the actual costs incurred.
- Once a complete and accurate invoice is received, and provided no items are in dispute, the Aviation Authority shall review and pay such invoice in full within thirty (30) days. Within said thirty (30) day period, the Aviation Authority shall notify the Contractor of its objection to any item or items of expense which it deems to be non-reimbursable. Any such notice shall set forth the nature of the Aviation Authority’s objection and shall be accompanied by the Aviation Authority’s payment of the undisputed portion of such statement.
- Pre-Submittal Meeting —
- A virtual and in-person Pre-Submittal Meeting will be held for this solicitation.
- The location, date, and time, as well as the Teams link can be find under Section 1: Introduction
- The purpose of any Pre-Submittal Meeting is to review and discuss the solicitation (and any addenda) as published.
- Attendance is not mandatory, but highly encouraged.
- Attendees are expected to be familiar with the Solicitation Document.
- Non-Exclusive Contract —
This is a non-exclusive Contract. During the term of this Contract, and any extensions thereof, the Aviation Authority reserves the right to contract for another provider for similar services as it determines necessary in its sole discretion.
- Staffing/Account Manager —
- The Contractor must provide all personnel deemed necessary to meet the requirements of the Contract.
- The Contractor shall assign an experienced, qualified account manager to be responsible for all aspects of operations under this Contract and be available at all times during business hours to the AAR.
- The Contractor shall select and hire only persons who are able and qualified to perform the job duties for which they are hire. The individuals shall be courteous and capable of acting in the utmost professional manner when interacting with customers and the public.
- The Contractor’s employees shall be trained and in compliance with APHIS/USDA standards the proper handling and transportation of USDA-regulated garbage.
- The Contractor shall report to the AAR any possible theft, fraudulent activity or vandalism by employee(s) or subcontractor(s) or any allegations of employee(s) or subcontractor(s) dishonesty within 24 hours.
- Pre-Submittal Meeting —
- An virtual and in-person Pre-Submittal Meeting will be held for this solicitation.
- The location, date, and time, as well as the Teams link can be find under Section 1: Introduction
- The purpose of any Pre-Submittal Meeting is to review and discuss the solicitation (and any addenda) as published.
- Attendance is not mandatory, but highly encouraged.
- Attendees are expected to be familiar with the Solicitation Document.
- Attendees who are planning on participating in the site visit, must have valid photo identification. If any of the airsides or the Air Operations Area (AOA) is part of the site visit, TSA regulations will apply, and Attendees will have to go through security screening.
- Labor Compensation —
The Contractor’s labor compensation for the reimbursable positions shall be fixed at the hourly labor rates as agreed upon with the Aviation Authority and shall not be subject to markups. Employees are required to utilize an automated time and attendance system. Employee’s timesheets, printed records shall be included with the invoice and only actual hours worked and accounted for shall be billed.
- Tentative Timeline —
| Release Project Date: | March 27, 2026 |
| Pre-Submittal Meeting (Non-Mandatory): | April 9, 2026, 10:00am Microsoft Teams Meeting Join: https://teams.microsoft.com/meet/21063390190215?p=aKYypIhBz8UZ63zem6 Meeting ID: 210 633 901 902 15 Passcode: fp9pS9Yb ________________________________________ Dial in by Phone +1 872-242-8019,,433403084# United States, Chicago Find a local number Phone conference ID: 433 403 084# ________________________________________ Join on a Video Conferencing Device Tenant key: goaa@m.webex.com Video ID: 119 456 982 0 |
| Question Submission Deadline: | April 16, 2026, 4:00pm |
| Release of Addendum: | April 23, 2026, 4:00pm |
| Site Drive-Through: | April 30, 2026, 11:00am |
| Response Submission Deadline: | April 30, 2026, 11:00am Microsoft Teams Meeting Join: https://teams.microsoft.com/meet/24782944294310?p=AEEz9xrVhfBkgxNMOl Meeting ID: 247 829 442 943 10 Passcode: qC9xd9UV ________________________________________ Dial in by Phone +1 872-242-8019,,802831597# United States, Chicago Find a local number Phone conference ID: 802 831 597# ________________________________________ Join on a Video Conferencing Device Tenant key: goaa@m.webex.com Video ID: 111 463 513 6 |
| Aviation Authority Board Approval: | June 17, 2026 |
Dates/times are subject to change. All times are EST.
- Space Use Agreement —
Execution of a Space Use Agreement is required for this solicitation. The sample Space Use Agreement is included as an Attachment.
- Compensation Adjustment —
Throughout the term of this Contract, at the end of each month thereof, the AAR may make a payment adjustment to the Contractor's invoice as specified in Section 4.3. In addition, deductions may be taken for Contractors failure to provide a Manager, Assistant Manager(s), and/or Administrative Staff for a period exceeding twenty-one (21) calendar days as specified in Section 5.8, Section 5.9 and Section 5.10.
- Container Specifications —
- A minimum of four (4) containers for the performance of the work specified herein, must have permanently affixed markings clearly identifying them as containing USDA-regulated garbage. Containers shall also have Identification numbering along with any other markings that may be required by the USDA or the Aviation Authority.
- All containers shall be brand new and at least thirty-eight (38) cubic yards in volume, leakproof, lockable and in full compliance with Contractor’s compliance agreement with USDA.
- The containers must be enclosed units that have two (2) doors on each side (total 4 doors per container). Door size must be minimum 35 inches by 35 inches and must be hinged, and sealed from the inside. See sample Container in Attachment A.
- All Containers shall be approved by the USDA and the Aviation Authority and shall remain compliant throughout the term of the contract.
- The Contractor shall be responsible for regulated garbage removal and disposal based on USDA guidelines and/or as requested by the Aviation Authority.
- Federal Fair Labor Standards Act —
All Contracts and Sub-Contracts that result from this Contract incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
- Definitions —
Airport – Refers to MCO and/or ORL.
Agency – Means any official, officer, department, board, commission, division, bureau, section, district, office, authority, committee, or council, or any other unit of organization, however designated, of the executive branch of state government, and the Public Service Commission.
APHIS – Stands for Animal and Plant Health Inspection Service; It is the Federal Agency charged with protecting the health, welfare, and value of plants, animals, and natural resources in the U.S.
Authorized Signatory – Means the contractor representative who has been duly designated and empowered to execute documents, contracts, and other legally binding instruments. This individual must be listed in SubBiz.org or otherwise show signatory authority through a delegation of authority, or other written authorization.
Aviation Authority Board – Governing body responsible for administering the provisions of the Florida Legislative Act that created the Greater Orlando Aviation Authority. Its purpose is to serve the public interest through the coordination of the planning, financing, construction, and operation of the aviation facilities operated by the Aviation Authority in Orlando, Orange County, FL.
Aviation Authority – See Greater Orlando Aviation Authority.
Aviation Authority Authorized Representative (“AAR”) – Refers to the Aviation Authority-designated employee responsible for specific functions for daily coordination of all activities under the executed Contract.
Award Recommendation (“Recommendation to Award”) – Refers to the proposed consideration of contract award to a responsive and responsible bidder.
CBP – Refers to U.S. Customs and Border Protection; It is the Federal Agency charged with keeping terrorism and weapons out of the U.S. while facilitating lawful international travel and trade.
Contract – Refers to an executed agreement between parties with binding legal and moral force, for the provision of goods and/or services in exchange of money or other type of compensation.
Contractor – Refers to any individual or business who has been awarded a contract.
Complaint – Refers to any verbal or written report made by customers, airport employees, or other individuals to account for incidents or grievances related to poor, unsatisfactory or unacceptable performance, inappropriate behavior, personal injury which, in the sole discretion of the AAR, is caused by the Contractor or its employees, agents or subcontractors.
Greater Orlando Aviation Authority (“Aviation Authority”) – Means the local governmental agency created by action of the Florida State Legislature for the purpose of developing and operating aviation facilities in Orlando, Orange County, FL, i.e., managing and operating MCO and ORL. The Greater Orlando Aviation Authority is, in turn, directed and governed by the Aviation Authority Board.
Invitation for Bid (“IFB”) – Procurement method used to solicit (written or electronically) competitive responses that are sealed until a specific due date and time. The IFB is a lowest-price/technically-acceptable sourcing method to select the lowest-priced proposal that meets the minimum requirements.
MCO – Refers to Orlando International Airport in the City of Orlando, Orange County, State of Florida, United States of America.
Notice of Award – Notification letter to a Respondent stating that the contract has been awarded to them in accordance with their response to the Solicitation requirements. This allows for work coordination to commence while the contract is drafted for execution.
Notice of Intent to Award – Public notice issued to announce an intended award and to also signal the beginning of the time period allowed for protest submittals.
Notice to Proceed – Notification letter to a Respondent that marks the beginning of the contracted performance period. It serves as official approval for the Contractor to begin work.
PPQ – Stands for Plant Protection and Quarantine; It is the APHIS program area responsible for safeguarding crops and forests against the entry, establishment, and spread of economically and environmentally significant pests.
Respondent (“Bidder” or “Proposer”) – Refers to an individual or business submitting a response to a Solicitation.
Responsive (Respondent) – Refers to a Respondent that conforms to all material aspects of the Solicitation, as determined by the Aviation Authority.
Responsible (Respondent) – Refers to a Respondent with capability in all respects to fully perform the Solicitation requirements and the integrity and reliability that give reasonable assurance of good faith and performance.
Solicitation – Document package used to request responses for the purpose of entering into a Contract with the Aviation Authority.
SunBiz – Official website of the State of Florida Division of Corporations.
State of Florida Division of Corporations – Is the State of Florida’s central location for filing business entities, trade and service marks, fictitious name registrations, judgment and federal tax liens, Uniform Commercial Code (UCC) financing statements, and notary commissions and apostilles. The State of Florida Division of Corporations serves as an informational resource for statewide business activities, registrations and certificates.
Quality Assurance – Refers to a planned and systematic approach to ensure adequate service requirements are established; that the services conform to established requirements; and that satisfactory performance is achieved. Quality Assurance refers to actions by the Aviation Authority to determine whether the Contractor’s performance conforms to the Scope of Work.
Quality Control – Refers to a program developed by the Contractor to ensure that its services meet the requirements of the Aviation Authority.
UOM – Refers to Unit of Measure, a standard/definite magnitude of a quantity.
USDA – Stands for U.S. Department of Agriculture; It is the Federal Agency charged with leadership on food, agriculture, natural resources, rural development, nutrition, and related issues based on public policy, the best available science, and effective management.
- Communications; Questions Regarding Specifications or Solicitation Process and Receiving Responses —
- Any communication during the solicitation process must be submitted to the Aviation Authority via the e-Procurement Platform, https://procurement.opengov.com/portal/goaa. prior to the deadline for Questions.
- All answers to inquiries will be posted on the Aviation Authority e-Procurement Platform. Respondents may also click “Follow” on this Solicitation to receive an email notification when answers are posted. It is the responsibility of the Respondent to check the website for answers to inquiries.
- In accordance with Administration Policies (Sections 180.01 and 180.03) policies, any communication directly or indirectly to seek to encourage any specific result in connection with an Aviation Authority selecting process, including but not limited to, written communications, any and all forms of electronic communications or messaging, including social media, oral communications either in person or by telephone, initiated by a Respondent or through a lobbyist, agent or third person, to any Aviation Authority staff and/or Committee/Board member who is a member of any committee constituted for the purposes of ranking Solicitations, making recommendations or making an award, is prohibited from the time that the Solicitation is released to the time that the award is made. A copy of the Administration Policies (Sections 180.01 and 180.03) is available upon request from the Manager of Board Services.
- All firms are hereby placed on notice that the Aviation Authority Board and staff shall not be contacted about this Solicitation. Firms and their agents shall not contact members of the Aviation Authority staff and/or Committee/Board member (with the exception of designated Procurement Agent and the Small Business Development Department). An appropriate official or employee of the Aviation Authority may initiate communication with a Respondent in order to obtain information or clarification needed to develop a proper and accurate review of the Response. Any official communication from a Respondent during the solicitation process should be submitted via the e-Procurement Platform as directed during the solicitation process. Failure to adhere to these requirements may result in and Aviation Authority Board action to disqualify your firm from consideration of award.
- Requests for interpretation, clarification or correction of solicitation documents, forms or other material in the solicitation must be made in writing via the e-Procurement Platform during the Question-and-Answer period. Questions or issues raised at the Pre-Submittal Meeting or during the Question-and-Answer period, which, in the Aviation Authority's discretion, necessitate changes to the solicitation documents, will be the subject of an addendum to this solicitation at the conclusion of the question period, and will be made available through the e-Procurement Platform. It is the responsibility of each Respondent to ensure that it has received and reviewed any and all such solicitation(s) or addendum.
- Occupational Safety And Health Act of 1970 —
All Contracts and Sub-Contracts that result from this Contract incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their Sub-Contractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration.
- Proof of Bondability —
Respondent must provide proof of bondability in Section 7: Vendor Questionnaire. See details of surety bond requirements Section 10: Aviation Authority's Standard Terms and Conditions.
- Silence of Specifications —
The apparent silence of the specifications and any supplemental specifications as to any details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and only materials of first quality be provided.
- Container Locations —
The Aviation Authority’s regulated garbage collection areas are currently located as shown in Attachment B. The Aviation Authority may change or add locations during the term of the Contract.
- Health Insurance —
- Contractor shall provide health benefits in accordance with applicable Federal Laws (including Federal Affordable Care Act) to its employees working at the Airport, effective not more than ninety (90) days after the date of hire of each employee.
- The Aviation Authority is only obligated to reimburse for Health Insurance premiums for up to Five Hundred Twenty Five Dollars ($525) per month for Contract year 1; Five Hundred Fifty Dollars ($550) per month for Year 2; Five Hundred Seventy Five Dollars ($575) per month for Year 3; Six Hundred Dollars ($600) per month for year 4; Six Hundred Twenty Five Dollars ($625) per month for year 5; per position for the reimbursable positions participating in the Contractor provided Health Care Plan as described in Section 4.4. All other Health benefits costs shall be included in the Management Fee. Nothing hereunder is intended to reduce or limit any obligation Contractor has to provide employee health insurance coverage under any union Contract or applicable law.
- The Contractor shall, at any time the Aviation Authority so requests, certify to the Aviation Authority that Contractor is in compliance with this Section. The Contractor’s obligation to maintain records, and the Aviation Authority’s right to examine such records, shall include records relating to the employee health insurance required to be provided pursuant to this Section.
- General —
The following documents are requested with your response:
- Conflict Of Interest Form (GOAA Form provided)
- Current W-9
- Proof of Insurance, that complies with Section 10 Insurance Requirements.
These documents are to be uploaded in PDF format in Section 7: Vendor Questionnaire.
- Container Service Schedule —
- In the event a container is discovered to be defective, the Contractor shall remove it from service and repair or replace it promptly to Aviation Authority’s satisfaction and in compliance with USDA/APHIS/PPQ regulations/standards at the Contractor’s sole expense.
- The Contractor is responsible for providing containers with routine maintenance and inspections.
- Verification of Employment Status —
Only those employees determined eligible to work within the United States shall be employed under this Contract. Prior to the employment of any person under this Contract, the Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the Contract term, and an express requirement that Contractors include in such subcontracts the requirement that Sub-Contractors performing work or providing services pursuant to the Aviation Authority. Contractors will utilize the E-Verify system to verify the employment eligibility of all new employees hired by the Sub-Contractor during the Contract term. For more information on this process, please refer to United States Citizenship and Immigration Service site at: http://www.uscis.gov/portal/site/uscis.
- Exceptions to Terms and Conditions within the Solicitation —
If a Respondent desires any changes or modifications to the terms and conditions set forth in their response, the Respondent should submit these changes or modifications to the Aviation Authority in writing, via the e-Procurement platform Questions, prior to the deadline for questions. The Aviation Authority will consider such requested changes to the Contract’s terms and conditions. If any such requested changes or modifications are acceptable, the Aviation Authority will modify the terms and conditions by Addenda to this Solicitation prior to the deadline for Response submission. In submitting any requested changes or modifications, a Respondent should state the specific terms or conditions in the Aviation Authority’s Response Document, which the Respondent wishes to change, and the desired language, terms or conditions. Respondents are requested to not substitute entire agreements or sets of terms and conditions but discuss separately each term or condition that they take exception to or desire to change. Exceptions noted within the response submittal may cause the response to be deemed non-responsive.
- Respondent's Certificate and Willingness to Sign Contract/Agreement —
An affirmative statement is required that the Respondent is willing to sign the Contract set forth in this Solicitation, as amended, within ten (10) days after receipt of the Notice of Award. The Aviation Authority’s goal is that the terms and conditions stated in the Solicitation Documents will constitute the terms of the final Contract between the Aviation Authority and the successful Respondent, without significant or material change to such Terms or Conditions. A sample Contract is included in this solicitation under Section 9: Sample Contract. This affirmative statement is made as part of the "Respondent's Certificate" in Section 7: Vendor Questionnaire.
- Acknowledgements and Certifications —
The following acknowledgements/certifications are requested with your response:
- Verification of Employment Status/e-Verify
- Drug-Free Workplace Certification
- Certification Regarding Prohibition Against Contracting with Scrutinized Companies
- Discriminatory Vendor List Certification
- Public Entity Crimes Certification
- Prohibition of Unmanned Aircraft Systems (UAS) Certification
These acknowledgements/certifications are to be completed in Section 7: Vendor Questionnaire.
- Pricing —
- Provide pricing in OpenGov, using the pricing table. Responses in any other format (such as a quote on the Respondent’s template) will not be accepted or reviewed.
- Unless otherwise directed, pricing information shall not be included in any other areas of the response.
- Any anticipated increases in Respondent's costs during the term must be reflected in its prices set forth in its response.
- The Aviation Authority shall not be obligated to renegotiate or increase any price on a Respondent's mistake or miscalculation of prices, underestimation of costs, or for any other reason. All of the Respondent's overhead costs, including, but not limited to, costs of the required bonds and insurance coverages if applicable, shall be included in such Respondent's prices listed in its Solicitation.
- Insurance Requirements —
At its sole expense, the Contractor shall maintain the following insurance during the term of the Contract, including any extensions or renewals and such insurance will apply to Contractor, its employees, agents, and Sub-Contractors.
- General Liability and Automobile Liability:
- Commercial General Liability: Commercial General Liability insurance covering any and all claims for property damage and bodily injury (including death) and including, but not limited to premises, products and completed operations, and Contractual liability for Contractor’s covenants, with a limit of liability not less than One Million Dollars ($1,000,000) per occurrence or not less than Five Million Dollars ($5,000,000) per occurrence, for AOA access; and
- Automobile liability insurance: Automobile liability insurance covering each motor vehicle, including but not limited to owned, non-owned, or hired, used in conjunction with providing Services on Aviation Authority property resulting in property damage or bodily injury, including death with a limit of not less than One Million Dollars ($1,000,000) combined single limit per accident or not less than Five Million Dollars ($5,000,000) combined single limit per accident, for AOA access
- Additional Insured Endorsement: Such above referenced liability insurance shall name the Aviation Authority and the City and their members (including, without limitation, members of the Aviation Authority’s Board and the City’s Council and members of the citizens’ advisory committees of each), officers, employees, and agents as additional insureds.
- Workers’ Compensation and Employer’s Liability: The following insurance shall apply to all Contractor’s employees who will be engaged on Authority property in the performances of Services in this Contract: (i) workers’ compensation insurance with statutory limits in accordance with Florida law, and (ii) employer’s liability insurance policy limits not be less than $100,000 for each accident, $100,000 for disease each employee and $500,000 for disease policy limit. If the Contract is self-insured, the Contract shall provide proof of self-insurance and authorization to self-insure as required by applicable Florida laws and regulations.
- Pollution/Environmental Liability: Insurance for bodily injury, property damage, defense costs, clean-up and restoration expenses resulting from pollution/pollutant(s) or other environmental impairments which arises out of, or in connection with, Contractor’s work with limits not less than $1,000,000 per claim.
- Other Insurance Requirements: Contractor agrees to the following as it relates to all above required insurance:
- Self-Insured Retention and Deductibles. Contractor’s insurance policies shall not be subject to a self-insured retention or deductible exceeding $10,000, if the value of the Contract is less than $1,000,000, and not be subject to a self-insured retention or deductible exceeding $100,000, if the Contract is $1,000,000 or more, unless approved by the Authority’s Chief Executive Officer. The above deductible limits may be exceeded if the Contractor's insurer is required to pay claims from the first dollar at 100% of the claim value without any requirement that Contractor pay the deductible prior to its insurer’s payment of the claim.
- Insurance policies shall be primary insurance and not contributory to any other valid insurance the Aviation Authority may possess, and that any other insurance the Aviation Authority does possess shall be considered excess insurance only.
- Insurance shall be carried with an insurance company or companies with a financial stability rating by A.M. Best of B+ VI or better and said policies shall be in a form acceptable to the Aviation Authority.
- Any liability insurance maintained by Contractor written on a claims-made form basis will maintain coverage for two (2) years to cover claims made after the Contractor has concluded its services to the Aviation Authority.
- All insurance required for this Contract shall contain a waiver of subrogation clause, as allowed by law, in favor of the Aviation Authority and the City of Orlando.
- A properly completed and executed Certificate of Insurance on a form provided or approved by the Aviation Authority (such as a current ACORD form) evidencing the insurance coverages required by this Section shall be furnished to the Aviation Authority upon the Notice of Intent to Award of Contract or prior to any start of services, whichever comes first, and each renewal thereafter during the term of this Contract and its renewal/extension. Contractor acknowledges that any acceptance of Certificate of Insurance by the Aviation Authority does not waive any obligations herein this Contract.
- The Aviation Authority is currently contracted with a third-party for the management of all insurance certificates related to the Aviation Authority Contracts. Contractors who enter into a Contract with the Aviation Authority will be contacted directly by the third-party vendor for insurance certificates and related matters such as expired certificates. An introductory letter will be sent instructing each Contractor of the proper procedures for processing updated insurance certificates as well as any other insurance related matter that may arise over the term of the Contract. Contractor will respond as directed in the introductory letter as well as any further instructions they may receive.
- The Contractor shall provide the Aviation Authority immediate written notice of any adverse material change to the Contractor’s required insurance coverage. For purposes of this Insurance Section, an “adverse material change” shall mean any reduction in the limits of the insurer’s liability, any reduction of any insurance coverage, or any increase in the Contractor’s self-insured retention and any non-renewal or cancellation of required insurance.
- If any insurance coverage is canceled or reduced, Contractor shall, within forty-eight (48) hours remit to the Aviation Authority a Certificate of Insurance showing that the required insurance has been reinstated or replaced by another insurance company or companies acceptable to the Aviation Authority. If the Contractor fails to obtain or have such insurance reinstated, Aviation Authority may, if it so elects, and without waiving any other remedy it may have against Contractor, immediately terminate this Contract upon written notice to Contractor.
- The Aviation Authority’s Chief Executive Officer shall have the right to alter the monetary limits or coverages herein specified from time to time during the term of this Contract, and Contractor shall comply with all reasonable requests of the Chief Executive Officer with respect thereto.
- Combined Local Developing Business (LDB) / Veteran Business Enterprise (VBE) Participation —
The Aviation Authority encourages the participation of small businesses on Contracts considered for award. To that extend the Aviation Authority has established the following goal(s) as stated in the below:
- Any combination of LDB and/or VBE Participation Goal: TBD%
- It is the policy of the Aviation Authority that LDB/VBE(s) shall have the maximum opportunity to participate in the purchase of goods and services, and the Aviation Authority has established the LDB/VBE(s) Participation Program to implement this policy. This participation can take the form of procurement Contract, Sub-Contracts, joint ventures or similar arrangements.
- The Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, as required by the LDB/VBEs policy, that the Respondent has met or has made a good faith effort to meet the established LDB/VBEs goal.
- Respondents including LDB/VBE(s), shall meet the LDB/VBE(s) participation goal through first tier participation unless otherwise stated in the Response.
- A list of currently certified LDB/VBE(s) may be obtained via the internet at https://web.goaa.aero/airport-business/small-business/local-developing-business-ldb-program/ and https://web.goaa.aero/airport-business/small-business/veteran-business-enterprise-vbe-program-for-non-federal-projects/. The Aviation Authority will provide this information as a convenience only, and Respondents shall be solely responsible for ensuring all LDB/VBE(s) are capable of performing. Certification of eligibility as an LDB/VBE(s) should be completed prior to submission of a Response. During the Solicitation process, Respondents may contact the Office of Business Opportunity and Exchange for any questions or information concerning the LDB/VBE(s) Participation Program.
- Respondents are required to submit, with their Response, the Letter of Intent/Affirmation information by completing the form for each LDB/VBE(s) Firm. The Respondent may make duplicates of this form as needed. Both the LDB/VBE(s) and the Respondent are required to affirm the information provided by signing the form prior to submittal. After the Responses are opened, but prior to award, the Aviation Authority may request, receive, and review additional information from Respondents in order to verify the accuracy of the level of information presented by Respondents with their Responses and the good faith effort of Respondents to reach the LDB/VBE(s) goal.
- Prior to and after the Responses are opened and prior to an award of the Contract, the Aviation Authority may request, receive and consider omitted and supplemental information from the Respondents as to the certification of Respondents, if applicable, and of any Respondent’s Subcontractor, supplier or joint venture in order to determine LDB/VBE(s) status.
- The successful Respondent shall enter into subcontract(s)/purchase orders with the LDB/VBE(s) identified in the Respondent's Response documents which the Aviation Authority relied upon in awarding this Contract, subject only to the Aviation Authority’s right to approve all Sub-Contractor. The contractual arrangements with the LDB/VBE(s) shall incorporate such reasonable terms as are required to complete the work described therein while furthering the Aviation Authority's LDB/VBE(s) policy. The successful Respondent must submit copies of the signed subcontract(s)/purchase order(s) to the Office of Business Opportunity and Exchange for each LDB/VBE(s) prior to commencement of performance under this Contract. Failure to enter into the subcontract(s)/purchase order(s) with the LDB/VBE(s) identified in the Respondent’s Response documents or failure to submit copies of the signed subcontract(s)/purchase order(s) may result in loss of the award to Respondent.
- A Respondent shall not breach any of its obligations with the LDB/VBE(s). In the event Respondent desires to terminate or replace a LDB/VBE(s), Respondent shall promptly notify the Aviation Authority of the impending termination, the reason for the termination and obtain the Aviation Authority's approval prior to proceeding with the termination. Following the termination Respondent shall replace the terminated LDB/VBE(s) with another LDB/VBE(s). If the Respondent is unable to utilize another LDB/VBE(s) for performance of that portion of this Contract, the Respondent shall provide the Aviation Authority with documentation, in a form satisfactory to the Aviation Authority, showing that it is not possible to replace the terminated LDB/VBE(s) with another LDB/VBE(s). The LDB/VBE(s) percentage for participation must not decrease below the percentage proposed during the term of the Contract.
- The successful Respondent shall submit to the Aviation Authority a Disbursement Form with each invoice submitted for payment, indicating the amount of money spent with each LDB/VBE(s) since the previous invoice.
- Failure to carry out the requirements set forth herein or the commitments made by the Respondent (e.g. failure to subcontract with and use LDB/VBE(s), to pay LDB/VBE(s) as committed in the Response documents, the failure to promptly pay LDB/VBE(s) Sub-Contractors in accordance with Section 4, subsection 32, etc.) shall constitute a breach by the Respondent of this Contract and may result in termination of the Contract by the Aviation Authority or such other remedy as the Aviation Authority deems appropriate. Additionally, Contractor is reminded two or more failures to satisfy the requirements set forth herein or the commitments made by Respondent may result in debarment under the Aviation Authority’s Debarment of Contractors Policy 130.04.
- Compliance with the LDB/VBE(s) policy of the Aviation Authority does not relieve Respondents of the equal employment opportunity obligations under state and Federal laws and regulations.
- In addition, please refer to Policy and Procedure Manual 1200.04 - Veteran Business Enterprise (VBE) Program and Policy and Procedure Manual 1200.01 - Local Developing Business (LDB) Program. https://web.goaa.aero/airport-business/policies/?category=Business+Opportunity+and+Exchange
- Regulated Garbage Disposal Requirements —
- Once a “pull” has been performed, the Contractor shall transport the regulated garbage to a disposal facility approved by USDA/APHIS/PPQ.
- Disposal of Regulated Garbage shall be completed in accordance with Contractor’s USDA-approved Standard Operating Procedure.
- Pricing —
- Provide pricing in OpenGov, using the pricing table. Responses in any other format (such as a quote on the Respondent’s template) will not be accepted or reviewed.
- Unless otherwise directed, pricing information shall not be included in any other areas of the response.
- If a detailed excel file with price breakdown is required, the sub-totals and totals must match the pricing entered in the OpenGov Price Table(s). In case of a discrepancy, the Respondent must honor the price more advantageous to the Aviation Authority, or the Respondent will be deemed non-responsible.
- Prices provided must be valid at least through 07/31/2031. Any anticipated increases in Respondent's costs during the term must be reflected in its prices set forth in its response. Consumer Price Index (CPI) adjustment consideration is addressed in Section 10: Aviation Authority's Standard Terms and Conditions.
- The Aviation Authority shall not be obligated to renegotiate or increase any price on a Respondent's mistake or miscalculation of prices, underestimation of costs, or for any other reason. All of the Respondent's overhead costs, including, but not limited to, costs of the required bonds and insurance coverages, shall be included in such Respondent's prices listed in its Solicitation.
- For goods/equipment deliveries, if any: prices provided shall be for materials/items/parts/equipment that are new, unused, or a current year and model, and are fully supported by the manufacturer’s warranty to the initial purchaser, as applicable.
- Estimated Quantities —
- The estimated volume (tonnage) and of USDA-Regulated Garbage container pulls identified on the Price Tables is not a guaranteed level of work and may be increased or decreased by the Aviation Authority at any time during the term of the contract.
- The Aviation Authority may also request to add new or remove existing equipment to the scope of this contract at any time during the Contract term. Any such changes shall be documented on writing by the Aviation Authority’s Authorized Representative (AAR).
- Pricing —
- Provide pricing in OpenGov, using the pricing table. Responses in any other format (such as a quote on the Respondent’s template) will not be accepted or reviewed.
- Unless otherwise directed, pricing information shall not be included in any other areas of the response.
- Prices provided must be valid at least through 07/31/2031. Any anticipated increases in Respondent's costs during the term must be reflected in its prices set forth in its response. Producer Price Index (PPI) adjustment consideration is addressed in Section 10: Aviation Authority's Standard Terms and Conditions.
- The Aviation Authority shall not be obligated to renegotiate or increase any price on a Respondent's mistake or miscalculation of prices, underestimation of costs, or for any other reason. All of the Respondent's overhead costs, including, but not limited to, costs of the required bonds and insurance coverages, shall be included in such Respondent's prices listed in its Solicitation.
- For goods/equipment deliveries, if any: prices provided shall be for materials/items/parts/equipment that are new, unused, or a current year and model, and are fully supported by the manufacturer’s warranty to the initial purchaser, as applicable.
- Surety Bond / Letter of Credit Requirement —
Prior to Aviation Authority’s execution of the Contract and within ten (10) business days of the award, the Contractor shall furnish to Aviation Authority a Performance Bond, and a Payment Bond if required, completed on the Aviation Authority’s forms provided in the Contract.
- Performance Bond shall be current and in compliance at all times during the term of the Contract in a penal sum equal to $500,000.00.
- The Contractor may elect to provide the Aviation Authority, in lieu of the required Performance Bond (but not the Payment Bond if required by general law), a letter of credit in an amount equal to $ 500,000.00, and issued on the Aviation Authority’s form of irrevocable standby letter of credit (“Letter of Credit”). The Contractor shall provide the Aviation Authority with a Letter of Credit that remains in effect for at least one year after the expiration or earlier termination of the term of the Contract including any renewal or other extended term. If the Contractor fails to perform any obligation required of it under the terms of the Contract including, but not limited to, providing the Aviation Authority with an acceptable renewal or replacement letter of credit within the required time limits, the Aviation Authority shall be entitled, in addition to any other remedies, to draw the full amount of the funds available under any Letter of Credit provided by Contractor to Authority and to hold such funds until such time as the Aviation Authority in its discretion shall determine the amount of damages, costs and expenses owing to it from the Contractor. The Aviation Authority shall retain from such funds an amount equal to its actual or anticipated damages, costs and expenses, and shall thereafter return the remaining amount of the funds, if any, to the Contractor.
- Prior to the commencement of any renewal or extended term of the Contract, Contractor, at its own expense, shall provide to the Aviation Authority an acceptable renewal or replacement Performance Bond or Letter of Credit, rider to an existing Performance Bond or Letter of Credit, or continuation amendment to an existing Performance Bond or Letter of Credit .
- Except as provided in this Performance Bond Section, the Aviation Authority will not accept any change or modification to the forms of Performance Bond or Letter of Credit attached to these Solicitation Documents. The sole change to the forms of Performance Bond and Letter of Credit that the Aviation Authority will accept is that the Contractor may provide a Performance Bond or a Letter of Credit that is for a period of less than the full initial term of the Contract but which still has an effective term of not less than twelve (12) months. The Aviation Authority shall release any existing Letter of Credit provided by the Contractor upon the Aviation Authority’s receipt and approval of a renewal or replacement Letter of Credit that complies with the requirements of this Contract.
- If the Contractor is required to provide any renewal of the Performance Bond or Letter of Credit, rider to an existing Performance Bond or Letter of Credit, or continuation amendment to an existing Performance Bond or Letter of Credit (collectively, the “Replacement”), Contractor shall, at the discretion of the Aviation Authority, calculate the penal sum/amount (the “Amount”) of any such Replacement as follows:
- If the Renewal is provided in connection with the expiration of an existing Performance Bond or Letter of Credit prior to expiration of the initial term of the Contract but not in connection with an amendment to the Contract where the compensation to be paid to Contractor is increased, the Replacement shall be in an Amount equal to the Amount of the then current Performance Bond or Letter of Credit.
- If the Replacement Performance Bond is provided in connection with an amendment of the Contract where the compensation to be paid to the Contractor during the period covered by the then current Performance Bond or Letter of Credit is increased for any reason, the Replacement shall be in an Amount equal to the Amount of the then current Performance Bond or Letter of Credit plus an amount that bears the same ratio to the increased compensation to be paid to the Contractor that the Amount of the then current Performance Bond or Letter of Credit bears to the total compensation to be paid to the Contractor prior to such amendment to the Contract.
- If the Replacement is provided in connection with the renewal or extension of the Contract and the required Amount of the Performance Bond or Letter of Credit for the initial term of the Contract is stated as a fixed Amount, the Replacement shall be in an Amount equal to the lesser of either (i) the Amount required during the initial term of the Contract; or (ii) an Amount that bears the same ratio to the total estimated compensation to be paid to the Contractor during the renewal term that the Amount required during the initial term of the Contract bore to the total estimated compensation to be paid to the Contractor during the initial term of the Contract.
- If the Replacement is provided in connection with the renewal or extension of the Contract and the required Amount of the Performance Bond or Letter of Credit for the initial term of the Contract is stated as a fraction or percentage of the Contract price, the Replacement shall be in an Amount equal to the same annualized percentage of the total estimated compensation (including any reimbursable expenses) to be paid to the Contractor during the renewal term (i.e., if the initial Performance Bond or Letter of Credit is 1/6 of the total three year Contract cost, then the Replacement will be one-half of the total estimated compensation to be paid to the Contractor during the renewal year).
- Failure to timely submit an acceptable Performance Bond or Letter of Credit prior to commencement of the Contract in addition to all other rights available to the Aviation Authority under law, shall give the Aviation Authority the right to withdraw the Notice of Intent to Award, without the need for providing the Contractor advance notice or the opportunity to cure. Contractor acknowledges responsibility for any damages or costs incurred by the Aviation Authority due to its failure to comply with this Section.
- Surety Bonds delivered to the Aviation Authority in satisfaction of any requirement under this Contract must meet the following criteria:
- Bid Bonds provided to the Aviation Authority in connection with Contracts shall be duly issued by an insurer or corporate surety (a) on a bond form provided by Aviation Authority, or on a form substantially the same as Aviation Authority's form; b) obligating the surety for at least ninety (90) days following the date on which Bids are publicly opened; and (c) by an insurer or corporate surety that is authorized to conduct insurance business in the State of Florida.
- Performance and Payment Bonds provided to the Aviation Authority in connection with Contracts having a value of $500,000.00 or less shall be duly issued by an insurer or corporate surety which:
- Is authorized to conduct insurance business in the State of Florida;
- Currently holds a certificate of authority authorizing it to write surety bonds in the State of Florida; and
- Is otherwise in compliance with the provisions of the Florida Insurance Code.
- Performance and Payment Bonds provided to the Aviation Authority in connection with Contracts having a value in excess of $500,000.00 shall be duly issued by an insurer or corporate surety which:
- Is authorized to conduct insurance business in the State of Florida;
- Holds a currently valid certificate of authority by the U.S. Department of Treasury pursuant to 31 U.S.C. ss 9304-9308; and
- Has no less than a "B+" Financial Rating and a Financial Size Category of "Class VI" or higher according to the most current edition of AM Best Rating Services.
- Notwithstanding the provisions of (c) above, an insurer or corporate surety which is not rated by AM Best Rating Services may be accepted by Aviation Authority, but only if approved by Aviation Authority's Risk Manager and Department Vice President following a review or investigation of the insurance company's financial and performance standing, including without limitation, its capital adequacy, assets, earnings, of the insurance company’s financial and performance standing, including without limitation, its capital adequacy, assets, earnings, liquidity and such other factors as the Aviation Authority's Risk Manager may deem appropriate.
- Liability Insurance Companies furnishing insurance coverages required by these General Conditions shall (a) be currently authorized to conduct insurance business in the State of Florida, and (b) must have no less than a "B+" Financial Rating and a Financial Size Category of "Class VI" or higher according to the most current edition of AM Best Rating Services.
- In the event that the Aviation Authority requests Contractor to purchase materials or as a condition to approval of a Sub-Contractor in accordance with these Standard Terms and Conditions, the Aviation Authority shall have the right to require Contractor to provide a payment bond in accordance with Section 255.05, Florida Statutes.
- Letters of Credit shall be issued by a bank with an office located in the State of Florida and reasonably acceptable to the Aviation Authority’s Chief Executive Officer or designee.
- Incurred Cost —
The Aviation Authority is not liable for any cost incurred by any Respondent prior to an award. Costs for developing a response is entirely the obligation of the Respondent and shall not be chargeable in any manner to the Aviation Authority.
- Discounts —
All discounts, EXCEPT THOSE FOR PROMPT PAYMENT, shall be considered in determining the lowest net cost for Response evaluation purposes.
- Good Faith Effort Requirements —
- If the Respondent fails to meet the combined LDB/VBE(s) Participation Goal, the Aviation Authority will require Respondent to submit evidence of good faith efforts within two (2) business days of request; such evidence may include, but is not limited to the following:
- Indicating the name and title of the person responsible for the Respondent’s good faith efforts to reach the participation goal;
- Provide evidence of attendance at Pre-Submittal Meeting, if any, scheduled by the Aviation Authority to inform LDB/VBE(s) firms of subcontracting opportunities under a given Contract;
- Provide a list of LDB/VBE(s) firms contacted;
- Provide copies of written correspondence to LDB/VBE(s) firms that their Response is being solicited, as well as certified return receipts to prove receipt or the reason for non-delivery;
- Provide evidence of information provided to the LDB/VBE(s) firms about the specific work the Contractor intends to subcontract;
- Provide evidence of information provided to LDB/VBE(s) firms on bonding and insurance requirements;
- Provide copies of advertisements in general circulation media, trade association publications, and focused media advertising for LDB/VBE(s) firms interested in subcontracting;
- Provide evidence that Respondent provided interested LDB/VBE(s) firms with assistance in reviewing the Contract plans, specifications, and the terms and conditions of the general Contract, subcontract and addenda;
- Providing evidence that the Respondent provided LDB/VBE(s) firms prompt notice of addenda affecting specific trade Contractors;
- Provide evidence that Respondent made follow-up inquiries after initial solicitations of interest from LDB/VBE(s) firms. Respondent shall maintain documentation of the date, time and name of individuals contacted. A telephone log is acceptable documentation of this activity;
- Provide a list of quotes submitted by LDB/VBE(s) firms;
- Provide documentation as to why LDB/VBE(s) firms were not utilized;
- In those instances where a majority Subcontractor is selected for a scope of work for which LDB/VBE(s) Responses were submitted, the Respondent shall submit records of all quotations received from LDB/VBE(s) firms and from the selected majority Subcontractor, and provide an explanation of the reasons why the LDB/VBE(s) firms will not be used during the course of the Contract. Receipt of a lower price quotation from a non LDB/VBE(s) firm prior to or at the time of Solicitation Opening will not in itself excuse a Respondent’s failure to meet participation goals. It is incumbent upon the Respondent to demonstrate that LDB/VBE(s) firms were not rejected as unqualified without a thorough and documented investigation of their capabilities and capacity.
- Contractor's Performance Requirements —
- The Contractor shall perform all its obligations and functions under the Contract in accordance with Contract Specifications, government and industry standards, and manufacturers’ specifications.
- The Contractor and Sub-Contractor(s) shall have a valid Compliance Agreement to handle, haul, or dispose of regulated garbage at Orlando International Airport. A Compliance Agreement is a signed, written, legal agreement issued by U.S. Customs and Border Protection (CBP) or Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) personnel to facilities that have been approved by APHIS to handle regulated garbage. A compliance agreement consists of PPQ Form 519 Compliance Agreement and all of the required addenda, including the company Operating Procedure (OP). Compliance Agreements (and addenda) are used to formalize agreements with caterers, garbage haulers, garbage processors, and other entities responsible for handling or processing regulated garbage. The Compliance Agreement indicates the facility understands the methods, conditions, and procedures necessary for compliance with APHIS regulations. Compliance Agreements covering regulated garbage handling are valid from the Date of Agreement (currently, Box #10 on PPQ Form 519) and are in effect indefinitely unless administrative or other changes occur.
- Compliance Agreements must be reviewed at least once annually and during authorized government official enforcement visit with the establishment.
- The Contractor shall adjust and coordinate its activities to the needs and requirements of the Aviation Authority and perform its activities so as not to annoy, disturb, endanger, unreasonably interfere with or delay the operations or activities of the Aviation Authority.
- The Contractor’s personnel shall perform work in a neat and professional manner, and in compliance with all Federal, State, and City of Orlando regulations and ANSI specifications. OSHA rules and regulations shall be followed at all times.
- Any work required beyond that which is specified herein shall be reported in advance to the AAR. At no time shall work beyond the scope be performed without prior written authorization from the AAR.
- The Contractor is required to inform all workers and concerned persons of the Safety Data Sheets (SDS) on all products being utilized on this Contract. No materials or equipment will be left unattended or stored on the project site at any time.
- The Contractor shall assume full responsibility for the regulated garbage, including any spillage that might occur, upon signing the Aviation Authority’s Regulated Garbage Removal Manifest. The Contractor shall also be responsible for the cleanup and any costs incurred for all such incidents.
- During the progress of the work specified herein, the Contractor shall keep the premises free from accumulation of waste materials and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials and debris from and about the premises, as well as tools, equipment, machinery and surplus material, and leave the site clean and ready for occupancy by the Authority.
- The Contractor shall comply with all Compliance Agreement’s requirements for container maintenance and upkeep. The Contractor shall indicate on monthly invoices that proper procedures have been complied with.
- Lobbying Statement —
Do not contact Aviation Authority Board members or Staff concerning this Solicitation. Public meetings and public deliberations of the Evaluation Committee are the only acceptable forum for the evaluation of any Responses received pursuant to this Solicitation. Written correspondence concerning questions may be submitted to the Procurement Services Department via the e-Procurement Platform during the specified period. Any official communication from a Respondent during the Solicitation process should be submitted in writing to the Greater Orlando Aviation Authority via the e-Procurement Platform as directed in the Solicitation. Copies of the Administration Policies (Sections 180.01 and 180.03) are available at https://flymco.com/airport-business/policies/. Failure to adhere to these requirements could result in action to disqualify your firm from consideration of award. Respondents to this Solicitation or persons acting on their behalf may not contact, between the release of the Solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this Solicitation, except in writing to the procurement officer or as provided in the Solicitation documents. Violation of this provision may be grounds for rejecting a response. (F.S. 287.057 (25))
- Local Developing Business (LDB) Program —
The Aviation Authority encourages the participation of small businesses on Contracts considered for award. To that extend the Aviation Authority has established the following goal(s) as stated in the below:
- Local Developing Business (LDB) Participation Goal: 0%
- It is the policy of the Aviation Authority that LDBs shall have the maximum opportunity to participate in the purchase of goods and services, and the Aviation Authority has established the LDB Participation Program to implement its policy. This participation can take the form of procurement Contract, Sub-Contracts, joint ventures or similar arrangements.
- The Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, as required by the LDB policy, that the Respondent has met or has made a good faith effort to meet the established LDB goal.
- Respondents including LDBs, shall meet the LDB participation goal through first tier participation unless otherwise stated in the Response.
- A list of currently certified LDBs may be obtained via the internet at https://web.goaa.aero/airport-business/small-business/local-developing-business-ldb-program/ and https://web.goaa.aero/airport-business/small-business/veteran-business-enterprise-vbe-program-for-non-federal-projects/. The Aviation Authority will provide this information as a convenience only, and Respondents shall be solely responsible for ensuring all LDBs are capable of performing. Certification of eligibility as an LDB should be completed prior to submission of a Response. During the Solicitation process, Respondents may contact the Office of Business Opportunity and Exchange for any questions or information concerning the LDB Participation Program.
- Respondents are required to submit, with their Response, the Letter of Intent/Affirmation information by completing the form for each LDB Firm. The Respondent may make duplicates of this form as needed. Both the LDB and the Respondent are required to affirm the information provided by signing the form prior to submittal. After the Responses are opened, but prior to award, the Aviation Authority may request, receive, and review additional information from Respondents in order to verify the accuracy of the level of information presented by Respondents with their Responses and the good faith effort of Respondents to reach the LDB goal.
- Prior to and after the Responses are opened and prior to an award of the Contract, the Aviation Authority may request, receive and consider omitted and supplemental information from the Respondents as to the certification of Respondents, if applicable, and of any Respondent’s Subcontractor, supplier or joint venture in order to determine LDB status.
- The successful Respondent shall enter into subcontract(s)/purchase orders with the LDB(s) identified in the Respondent's Response documents which the Aviation Authority relied upon in awarding this Contract, subject only to the Aviation Authority’s right to approve all Sub-Contractor. The contractual arrangements with the LDB(s) shall incorporate such reasonable terms as are required to complete the work described therein while furthering the Aviation Authority's LDB policy. The successful Respondent must submit copies of the signed subcontract(s)/purchase order(s) to the Office of Business Opportunity and Exchange for each LDB prior to commencement of performance under this Contract. Failure to enter into the subcontract(s)/purchase order(s) with the LDBs identified in the Respondent’s Response documents or failure to submit copies of the signed subcontract(s)/purchase order(s) may result in loss of the award to Respondent.
- A Respondent shall not breach any of its obligations with the LDBs. In the event Respondent desires to terminate or replace a LDBs, Respondent shall promptly notify the Aviation Authority of the impending termination, the reason for the termination and obtain the Aviation Authority's approval prior to proceeding with the termination. Following the termination Respondent shall replace the terminated LDB(s) with another LDB(s). If the Respondent is unable to utilize another LDB for performance of that portion of this Contract, the Respondent shall provide the Aviation Authority with documentation, in a form satisfactory to the Aviation Authority, showing that it is not possible to replace the terminated LDB(s) with another LDB. The LDB percentage for participation must not decrease below the percentage proposed during the term of the Contract.
- The successful Respondent shall submit to the Aviation Authority a Disbursement Form with each invoice submitted for payment, indicating the amount of money spent with each LDB since the previous invoice.
- Failure to carry out the requirements set forth herein or the commitments made by the Respondent (e.g. failure to subcontract with and use LDB(s), to pay LDB(s) as committed in the Response documents, the failure to promptly pay LDB(s) Sub-Contractors shall constitute a breach by the Respondent of this Contract and may result in termination of the Contract by the Aviation Authority or such other remedy as the Aviation Authority deems appropriate. Additionally, Contractor is reminded two or more failures to satisfy the requirements set forth herein or the commitments made by Respondent may result in debarment under the Aviation Authority’s Debarment of Contractors Policy 130.04.
- Compliance with the LDB policy of the Aviation Authority does not relieve Respondents of the equal employment opportunity obligations under state and Federal laws and regulations.
- In addition, please refer to Policy and Procedure Manual 1200.01 - Local Developing Business (LDB) Program. https://web.goaa.aero/airport-business/policies/?category=Business+Opportunity+and+Exchange
- Freight Terms —
Freight Terms are Not Applicable.
- Inspections, Quality Assurance, Approvals —
- The Contractor shall maintain all work areas in a clean, orderly, and safe condition, free from the accumulation of waste materials, debris, or other by‑products resulting from performance of the work.
- The AAR will conduct inspections of all areas where work has been performed. If deficiencies are identified, the AAR will notify the Contractor in writing. The Contractor shall correct all deficiencies noted during service inspections within seven (7) working days following receipt of written notice.
- Failure of the Contractor to correct deficiencies in accordance with the Contract, or failure to comply with any other contractual requirement once brought to the Contractor’s attention, may result in a deduction of up to five hundred dollars ($500) per incident, at the reasonable discretion of the AAR.
- Deductions and Adjustments —
- All deductions indicated throughout the Contract are in addition to any other penalty or fine that may be imposed by other agencies or authorities and does not limit any other remedies provided in these Contract documents, including termination.
- The violation of any Aviation Authority Safety/Security policy may be subject to a deduction of up to five hundred dollars ($500) per incident, at the discretion of the Aviation Authority.
- Failure of Contractor to comply with the requirements of a "request for service" as described in the Scope of Work, may result in a deduction up to five hundred dollars ($500) per incident, at the reasonable discretion of the AAR.
- Good Faith Effort Requirements —
- If the Respondent fails to meet the LDB Participation Goal, the Aviation Authority will require Respondent to submit evidence of good faith efforts within two (2) business days of request; such evidence may include, but is not limited to the following:
- Indicating the name and title of the person responsible for the Respondent’s good faith efforts to reach the participation goal;
- Provide evidence of attendance at Pre-Submittal Meeting, if any, scheduled by the Aviation Authority to inform LDB firms of subcontracting opportunities under a given Contract;
- Provide a list of LDB firms contacted;
- Provide copies of written correspondence to LDB firms that their Response is being solicited, as well as certified return receipts to prove receipt or the reason for non-delivery;
- Provide evidence of information provided to the LDB firms about the specific work the Contractor intends to subcontract;
- Provide evidence of information provided to LDB firms on bonding and insurance requirements;
- Provide copies of advertisements in general circulation media, trade association publications, and focused media advertising for LDB firms interested in subcontracting;
- Provide evidence that Respondent provided interested LDB firms with assistance in reviewing the Contract plans, specifications, and the terms and conditions of the general Contract, subcontract and addenda;
- Providing evidence that the Respondent provided LDB firms prompt notice of addenda affecting specific trade Contractors;
- Provide evidence that Respondent made follow-up inquiries after initial solicitations of interest from LDB firms. Respondent shall maintain documentation of the date, time and name of individuals contacted. A telephone log is acceptable documentation of this activity;
- Provide a list of quotes submitted by LDB firms;
- Provide documentation as to why LDB firms were not utilized;
- In those instances where a majority Subcontractor is selected for a scope of work for which LDB Responses were submitted, the Respondent shall submit records of all quotations received from LDB firms and from the selected majority Subcontractor, and provide an explanation of the reasons why the LDB firms will not be used during the course of the Contract. Receipt of a lower price quotation from a non LDB firm prior to or at the time of Solicitation Opening will not in itself excuse a Respondent’s failure to meet participation goals. It is incumbent upon the Respondent to demonstrate that LDB firms were not rejected as unqualified without a thorough and documented investigation of their capabilities and capacity.
- Withdrawal of Responses —
No Response may be withdrawn after the scheduled Response opening time for a period of 90 days. Any Respondent withdrawing or attempting to withdraw its Response prior to the expiration of the 90 day period shall be obligated to reimburse the Aviation Authority for all its costs incurred in connection with such withdrawal or attempted withdrawal including, without limitation, any increased costs for procuring the goods or services from another Respondent or all costs of advertising and re-procuring the goods or services, and all attorneys’ fees, in addition to payment of the Aviation Authority’s other damages. A Respondent’s submission shall be deemed the Respondent’s acknowledgment of an agreement to the provisions of this Section.
- Price Escalation / De-Escalation (CPI) —
A price escalation/de-escalation may be considered for the resulting contract.
- The original Contract prices shall be firm for the five (5) year period. A price escalation/de-escalation may be considered after the 3rdyear, and once a year thereafter, provided the Contractor notifies the Aviation Authority, in writing, of the pending price escalation/de-escalation a minimum of sixty (60) days prior to the contract’s anniversary date.
- Price adjustments shall be based on the latest version of the Consumers Price Index (CPI-U) for All Urban Consumers, All Items, U.S. City Average, non-seasonal, as published by the U.S. Department of Labor, Bureau of Labor Statistics. This information is available at www.bls.gov.
- Price adjustment shall be calculated by applying the simple percentage model to the CPI data. This method is defined as subtracting the base period index value (at the time of initial award) from the index value at time of calculation (latest version of the CPI published as of the date of request for price adjustment), divided by the base period index value to identify percentage of change, then multiplying the percentage of change by 100 to identify the percentage change.
- Formula is as follows:

- A price increase may be requested only at each time interval specified above, using the methodology outlined in this section. To request a price increase, the Contractor shall submit a letter stating the percentage amount of the requested increase and adjusted price to the Aviation Authority’s Procurement Services Department.
- The letter shall include the complete calculation utilizing the formula above, and a copy of the CPI-U index table used in the calculation. The maximum allowable increase shall not exceed 3.5% unless there are circumstances demonstrating that an increase beyond this amount is required and this is approved by the Aviation Authority.
- All price adjustments must be accepted by the Senior Vice President of Procurement Services, and shall be memorialized by written amendment to this contract. No retroactive Contract price adjustments will be allowed. Only final CPI data will be used to adjust Contract pricing.
- Should the CPI-U for All Urban Consumers, All Items, U.S City Average, as published by the U.S. Department of Labor, Bureau of Labor Statistics decrease during the term of the Contract the Contractor shall notify the Aviation Authority’s Procurement Services Department of price decreases in the method outlined above.
- If the Contractor intentionally fails to pass the decrease on to the Aviation Authority, the Aviation Authority reserves the right to place the Contractor in default.
- Price Escalation / De-Escalation (PPI) —
A price escalation/de-escalation may be considered for the resulting contract.
- The original prices shall be firm for the five (5) year base period.
- A price escalation may be considered following the base period, each year thereafter, based on and up to the PPI (Producer Price Index) published for the month of the original Aviation Authority Board approval each year. Only final PPI data will be used to adjust pricing.
- For Example:
- If price adjustment is made, price adjustments shall be based on the latest version of the PPI data for Total manufacturing industries, not seasonally adjusted, as published by the U.S. Department of Labor, Bureau of Labor Statistics. This information is available at www.bls.gov
- If price adjustments are made, price adjustment shall be calculated by applying the simple percentage model to the PPI data. This method is defined as subtracting the base period index value (at the time of initial award) from the index value at time of calculation (latest version of the PPI published as of the date of request for price adjustment), divided by the base period index value to identify percentage of change, then multiplying the percentage of change by 100 to identify the percentage change.
- Formula is as follows:

- All price adjustments must be accepted by the Senior Vice President of Procurement Services, and shall be memorialized by written memo by the Senior Vice President of Procurement Services. No retroactive price adjustments will be allowed.
- Veteran Owned Business (VBE) —
The Aviation Authority encourages the participation of small businesses on Contracts considered for award. To that extend the Aviation Authority has established the following goal(s) as stated in the below:
- Veteran Owned Business (VBE) Participation Goal: 0%
- It is the policy of the Aviation Authority that VBEs shall have the maximum opportunity to participate in the purchase of goods and services, and the Aviation Authority has established the VBE Participation Program to implement its policy. This participation can take the form of procurement Contract, Sub-Contracts, joint ventures or similar arrangements.
- The Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, as required by the VBE policy, that the Respondent has met or has made a good faith effort to meet the established VBE goal.
- Respondents including VBEs, shall meet the VBE participation goal through first tier participation unless otherwise stated in the Response.
- A list of currently certified VBEs may be obtained via the internet at https://web.goaa.aero/airport-business/small-business/veteran-business-enterprise-vbe-program-for-non-federal-projects/. The Aviation Authority will provide this information as a convenience only, and Respondents shall be solely responsible for ensuring all VBEs are capable of performing. Certification of eligibility as an VBE should be completed prior to submission of a Response. During the Solicitation process, Respondents may contact the Office of Business Opportunity and Exchange for any questions or information concerning the VBE Participation Program.
- Respondents are required to submit, with their Response, the Letter of Intent/Affirmation information by completing the form for each VBE Firm. The Respondent may make duplicates of this form as needed. Both the VBE and the Respondent are required to affirm the information provided by signing the form prior to submittal. After the Responses are opened, but prior to award, the Aviation Authority may request, receive, and review additional information from Respondents in order to verify the accuracy of the level of information presented by Respondents with their Responses and the good faith effort of Respondents to reach the VBE goal.
- Prior to and after the Responses are opened and prior to an award of the Contract, the Aviation Authority may request, receive and consider omitted and supplemental information from the Respondents as to the certification of Respondents, if applicable, and of any Respondent’s Subcontractor, supplier or joint venture in order to determine VBE status.
- The successful Respondent shall enter into subcontract(s)/purchase orders with the VBE(s) identified in the Respondent's Response documents which the Aviation Authority relied upon in awarding this Contract, subject only to the Aviation Authority’s right to approve all Sub-Contractor. The contractual arrangements with the VBE(s) shall incorporate such reasonable terms as are required to complete the work described therein while furthering the Aviation Authority's VBE policy. The successful Respondent must submit copies of the signed subcontract(s)/purchase order(s) to the Office of Business Opportunity and Exchange for each VBE prior to commencement of performance under this Contract. Failure to enter into the subcontract(s)/purchase order(s) with the VBEs identified in the Respondent’s Response documents or failure to submit copies of the signed subcontract(s)/purchase order(s) may result in loss of the award to Respondent.
- A Respondent shall not breach any of its obligations with the VBEs. In the event Respondent desires to terminate or replace a VBEs, Respondent shall promptly notify the Aviation Authority of the impending termination, the reason for the termination and obtain the Aviation Authority's approval prior to proceeding with the termination. Following the termination Respondent shall replace the terminated VBE(s) with another VBE(s). If the Respondent is unable to utilize another VBS for performance of that portion of this Contract, the Respondent shall provide the Aviation Authority with documentation, in a form satisfactory to the Aviation Authority, showing that it is not possible to replace the terminated VBE(s) with another VBE. The VBE percentage for participation must not decrease below the percentage proposed during the term of the Contract.
- The successful Respondent shall submit to the Aviation Authority a Disbursement Form with each invoice submitted for payment, indicating the amount of money spent with each VBE since the previous invoice.
- Failure to carry out the requirements set forth herein or the commitments made by the Respondent (e.g. failure to subcontract with and use VBE(s), to pay VBE(s) as committed in the Response documents, the failure to promptly pay VBE(s) Sub-Contractors shall constitute a breach by the Respondent of this Contract and may result in termination of the Contract by the Aviation Authority or such other remedy as the Aviation Authority deems appropriate. Additionally, Contractor is reminded two or more failures to satisfy the requirements set forth herein or the commitments made by Respondent may result in debarment under the Aviation Authority’s Debarment of Contractors Policy 130.04.
- Compliance with the LDB policy of the Aviation Authority does not relieve Respondents of the equal employment opportunity obligations under state and Federal laws and regulations.
- In addition, please refer to Policy and Procedure Manual 1200.04 - Veteran Business Enterprise (VBE) Program. https://web.goaa.aero/airport-business/policies/?category=Business+Opportunity+and+Exchange
- Monthly Reports —
- The Contractor shall provide the Aviation Authority a monthly report that includes the number of pulls per container and disposal weight per container including weight ticket and disposal documents.
- The Contractor shall provide the Aviation Authority a quarterly report on scale calibration used for the purposes of this contract.
- The Contractor shall provide Aviation Authority a standard shipping manifest, completed for each pull at the time the pull is made and subsequent proof of disposal.
- Failure of Contractor to comply with any of these report requirements may result in a deduction of five hundred dollars ($500) per incident, at the reasonable discretion of the AAR.
- Public Meetings/Public Records —
Please be aware that all meetings of the Aviation Authority’s Board are duly noticed public meetings and all documents submitted to the Aviation Authority as a part of or in connection with a Solicitation constitute public records under Florida law regardless of any person’s claim that proprietary or trade secret information is contained therein. Public meetings are posted on the Aviation Authority's website:
- Good Faith Effort —
- If the Respondent fails to meet the VBE Participation Goal, the Aviation Authority will require Respondent to submit evidence of good faith efforts within two (2) business days of request; such evidence may include, but is not limited to the following:
- Indicating the name and title of the person responsible for the Respondent’s good faith efforts to reach the participation goal;
- Provide evidence of attendance at Pre-Submittal Meeting, if any, scheduled by the Aviation Authority to inform VBE firms of subcontracting opportunities under a given Contract;
- Provide a list of VBE firms contacted;
- Provide copies of written correspondence to VBE firms that their Response is being solicited, as well as certified return receipts to prove receipt or the reason for non-delivery;
- Provide evidence of information provided to the VBE firms about the specific work the Contractor intends to subcontract;
- Provide evidence of information provided to VBE firms on bonding and insurance requirements;
- Provide copies of advertisements in general circulation media, trade association publications, and focused media advertising for VBE firms interested in subcontracting;
- Provide evidence that Respondent provided interested VBE firms with assistance in reviewing the Contract plans, specifications, and the terms and conditions of the general Contract, subcontract and addenda;
- Providing evidence that the Respondent provided VBE firms prompt notice of addenda affecting specific trade Contractors;
- Provide evidence that Respondent made follow-up inquiries after initial solicitations of interest from VBE firms. Respondent shall maintain documentation of the date, time and name of individuals contacted. A telephone log is acceptable documentation of this activity;
- Provide a list of quotes submitted by VBE firms;
- Provide documentation as to why VBE firms were not utilized;
- In those instances where a majority Subcontractor is selected for a scope of work for which VBE Responses were submitted, the Respondent shall submit records of all quotations received from VBE firms and from the selected majority Subcontractor, and provide an explanation of the reasons why the VBE firms will not be used during the course of the Contract. Receipt of a lower price quotation from a non VBE firm prior to or at the time of Solicitation Opening will not in itself excuse a Respondent’s failure to meet participation goals. It is incumbent upon the Respondent to demonstrate that VBE firms were not rejected as unqualified without a thorough and documented investigation of their capabilities and capacity.
- Contractor-Owned Tools, Vehicles, and Equipment —
- The Contractor shall be solely responsible for furnishing all tools, supplies, equipment and all other items necessary to perform the work under this Solicitation.
- The Aviation Authority reserves the right to inspect and approve any and all tools, equipment or apparatus prior to Contractor’s use of such on the Aviation Authority’s premises.
- The Contractor’s equipment used on the Aviation Authority’s premises shall be maintained in an operable condition at all times and the Contractor shall ensure that such equipment is operated in compliance with proper safety procedures and practices. If the AAR determines, in its sole discretion, that a piece of Contractor’s equipment is un-presentable, defective, or in poor working condition, the Contractor shall promptly remove such equipment from the premises and replace it with equipment that meets the AAR’s approval.
- The Contractor’s tools and equipment shall be in good state of repair, safe to use, and shall be used in the manner in which they were intended. All tools and equipment shall be maintained in good working order and in excellent appearance.
- The Contractor shall maintain, at its sole cost and expense, reasonable amounts of insurance to protect against losses due to theft, vandalism or similar events, which might result in damage or loss of Contractor’s equipment, materials, tools, or supplies.
- Proprietary Information —
In accordance with Chapter 119 of the Florida Statutes (Public Records Law) and except as may be provided by other applicable State and Federal Law, all Respondents should be aware that the Solicitation and the responses thereto are public records. However, the Respondents are requested to identify specifically any information contained in their Response, which they believe to be exempt from disclosure, citing specifically the applicable exempting law. The Aviation Authority will consider a Respondent’s opinions regarding the applicability of Chapter 119, Florida Statutes, but shall not be obligated to concur in such opinions. All information and documents received from Respondents in response to this Solicitation will become the property of the Aviation Authority, will not be returned to the Respondents, and will be incorporated in the final Agreement in the event of Agreement award, with the exception of any financial information exempt from the Public Records Laws. Any work product produced as part of the Agreement will become the exclusive property of the Aviation Authority.
- Taxes —
The Aviation Authority is exempt from Federal excise taxes and all sales taxes.
- On-Site Communications —
The Contractor shall provide, at its sole cost (including any and all maintenance costs), cell phone numbers to be used the Aviation Authority to communicate with the Account Manager, Supervisor and Dispatcher.
- Assignment —
Neither this Contract nor any of the Contractor's rights or obligations hereunder may be assigned by the Contractor without the Aviation Authority's prior written consent, which consent may be granted or withheld in the Aviation Authority's sole discretion. Any transfer of this Contract by merger, consolidation or liquidation, change in federal identification number or, any change in ownership of or power to vote a majority of the outstanding voting stock or ownership interests of the Contractor shall constitute an assignment of this Contract for purposes of this Section. In the event the Contractor assigns or subcontracts or attempts to assign or subcontract any right or obligation arising under this Contract without the Aviation Authority's prior written consent, the Aviation Authority shall be entitled to terminate this Contract. Assignments require at least 60 days prior notice.
- Code of Ethics and Business Conduct Policy —
The Aviation Authority has adopted a Code of Ethics and Business Conduct Policy # 101-02, which addresses the obligation of the Aviation Authority’s Board members and employees to follow the Florida Statutes in reference to these issues. This includes, but is not limited to, the obligations of the Aviation Authority’s Board members and employees with respect to having an interest in business entities, outside employment, gratuities, divulgence of information, unauthorized compensation and acceptance of gifts. Please be aware that any violation of this policy by a Respondent and/or any attempt to influence an Aviation Authority Board member or employee to violate the policy is sufficient cause for the denial of the right of the Respondent to Respond on any
Contract or sell any materials, supplies, equipment, or services to the Aviation Authority for a period of time that is determined by the Chief Executive Officer. A copy of this policy (101.02) is available on the Aviation Authority’s website:
https://flymco.com/airport-business/policies/ - Notice of Intent to Award —
Unless all Responses are rejected by the Aviation Authority, a Notice of Intent to Award is anticipated to be provided within 90days from the opening of Responses. Such Notice will be posted to the e-procurement platform.
- Indemnification —
The Contractor shall indemnify, defend and hold completely harmless the Aviation Authority and the City, and the members (including, without limitation, members of the Aviation Authority’s Board and the City’s Council, and members of the citizens advisory committees of each), officers, employees and agents of each (“Indemnified Parties”) from and against any and all liabilities (including statutory liability and liability under Workers’ Compensation laws), losses, suits, claims, demands, judgments, fines, penalties, damages, costs and expenses (including all costs associated with investigation, defense and attorneys’ fees (“Damages”) which may be incurred by, charged to, or recovered from Indemnified Parties regardless of where the damage, injury or death occurred, arising directly or indirectly (i) from any goods, services, operations, obligations or responsibilities of Contractor in connection to this Agreement, (ii) as a result of any act, omission or willful misconduct of the Contractor’s officers, agents, employees, subcontractors, licensees or invitees, (iii) out of the Contractor’s access, use, or occupancy of airport property, facilities or space, or (iv) Contractor’s failure to keep, observe, or perform any of its obligations under this Agreement. This indemnification shall not apply to the extent that any claims, damages, losses, and expenses arise from Aviation Authority’s sole, gross negligence or intentional misconduct. Aviation Authority agrees to give the Contractor reasonable notice of any suit or claim for which indemnification will be sought hereunder, to allow the Contractor or its insurer to compromise and defend the same to the extent of its interests, and to reasonably cooperate with the defense of any such suit or claim. In carrying out its obligations under this Indemnification section, Contractor shall use counsel reasonably acceptable to the Aviation Authority. Nothing herein shall be deemed a waiver by Aviation Authority of its sovereign immunity rights under the laws of The State of Florida. The indemnification provisions of this Section shall survive the expiration or earlier termination of this Agreement.
- Tie Breaking —
In accordance with the Aviation Authority's Policy 450.02, when a tie occurs, the following will be considered in an attempt to break the tie, in the order listed below:
- Drug-Free Workplace
- Request Offerors to submit best and final pricing
- Offeror whose principal place of business is located in Orange, Lake, Osceola, Polk, and Seminole Counties
- Game of chance – Coin toss
- Member Protection —
No recourse under or upon any obligation, covenant or agreement contained in this Contract, or any other agreement or document pertaining to the work or services of the Contractor hereunder, as such may from time to time be altered or amended in accordance with the provisions hereof, or any judgment obtained against Aviation Authority, or the City, or by the enforcement of any assessment or by any legal or equitable proceeding by virtue of any statute or otherwise, under or independent of this Contract, shall be had against any member (including, without limitation, members of the Aviation Authority's Board or the City's Council, or members of the citizens advisory committees of each), any officer, employee or agent, as such, past, present, or future of Aviation Authority or City, either directly or through the Aviation Authority or the City or otherwise for any claim arising out of or in connection with this Contract or the work or services conducted pursuant to it, or for any sum that may be due and unpaid by Aviation Authority. Any and all personal liability of every nature, whether at common law or in equity, or by statute or by constitution or otherwise, of any such member, officer, employee, or agent, as such, to respond by reason of any act or omission on his or her part or otherwise for any claim arising out of or in connection with this Contract or the work or services conducted pursuant to it, or for the payment for or to Aviation Authority, or any receiver therefore or otherwise, of any sum that may remain due and unpaid by the Aviation Authority, is expressly waived and released as a condition of and in consideration of the execution of this Contract and the, promises made to Contractor pursuant to this Contract. In any and all claims against the Aviation Authority or the City, or any of their officers, members, agents, servants or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation of Contractor under this Contract shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefit payable by or for the Contractor or any Subcontractor under Workers' Compensation Acts, disability benefit acts or other employee benefit acts. No provisions of this condition shall be construed to negate, abridge, or otherwise reduce any other right of indemnity that Aviation Authority may have as to any party or person described therein.
- Additional Services —
If the Aviation Authority requests services in addition to those specified above, the Contractor shall develop a work plan detailing the specific tasks to be completed and provide a detailed not-to-exceed budget for performing such Additional Services. The Respondent shall not perform any Additional Services until the Aviation Authority has issued written notice to proceed with the execution of the work plan.
- Patents and Royalties —
The Contractor, without exception shall indemnify and save harmless the Aviation Authority and its employees from liability of any nature of kind including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the Contract, including its use by the Aviation Authority. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the Response prices shall include all royalties or cost arising from the use of such design, device, or materials in any involved in the work.
- Appeals —
Any Respondent who is adversely affected by a decision or intended decision concerning this competitive solicitation or award and who wants to appeal such specifications, decision, or intended decision shall file an appeal within five (5) business days of the date of any decision or intended decision in compliance with the Aviation Authority’s Policy 110.04, Appeal Process. Failure to file an appeal in accordance with the Aviation Authority’s Policy 110.04, shall constitute a waiver of the appeal process.
- Software License to Contractor —
If this purchase is for the license of software products and/or services, and unless otherwise agreed, Contractor hereby grants to the Aviation Authority, a perpetual, irrevocable, nonexclusive, nontransferable, royalty free license to use the software. This software is “proprietary” to Contractor and is licensed and provided to the Aviation Authority for its sole use for purposes under this Contract and any attached work orders or invoices. The Aviation Authority may not use or share this software without permission of the Contractor; however the Aviation Authority may make copies of the software expressly for backup purposes.
- Warranty Against Infringement of Intellectual Property —
Contractor warrants that the goods or services do not infringe upon or violate any United States patent, copyright, or trade secret. Contractor will defend at its expense any action against the Aviation Authority or the Aviation Authority as licensee to the extent that it is based on a claim that goods used or services provided used within the scope of the license hereunder infringe upon a United States patent, copyright or trade secret, and Contractor will pay any and all costs and damages finally awarded against the Aviation Authority or the Aviation Authority as licensee in such actions which is attributable to such claim. Should the products or services become, or in Contractor's opinion be likely to become, the subject of any claim of infringement, Contractor shall either: (a) procure for the Aviation Authority the right to continue to use the goods or services; or (b) modify the goods or services to make them non-infringing, provided that such modification does not materially adversely affect the Aviation Authority’s authorized use; or (c) replace the goods or services with equally suitable, compatible, and functionally equivalent non-infringing goods or services at no additional cost to the Aviation Authority; or (d) if none of the foregoing alternatives is reasonably available to Contractor, terminate this Contract and refund to the Aviation Authority the payments actually made to Contractor under this Contract.
- Ownership of Work Product —
Contractor agrees that any and all analyses, evaluations, reports, memoranda, letters, ideas, processes, methods, programs, and manuals that were developed, prepared, conceived, made or suggested by the Contractor for the Aviation Authority pursuant to a Work Order, including all such developments as are originated or conceived during the term of the Contract and that are completed or reduced to writing thereafter (the “Work Product”) and Contractor acknowledges that such Work Product may be considered “work(s) made for hire” and will be and remain the exclusive property of the Aviation Authority. To the extent that the Work Product, under applicable law, may not be considered work(s) made for hire, Contractor hereby agrees that this Contract effectively transfers, grants, conveys, and assigns exclusively to the Aviation Authority, all rights, title and ownership interests, including copyright, which Contractor may have in any Work Product or any tangible media embodying such Work Product, without the necessity of any further consideration, and Aviation Authority shall be entitled to obtain and hold in its own name, all Intellectual Property rights in and to the Work Product. Contractor for itself and on behalf of its Contractors hereby waives any property interest in such Work Product.
- Personal Identifiable Information (PII), Personal Health Information (PHI), Sensitive Security Information (SSI), Payment Card Industry (PCI) —
In the course of performing the Contract work, Contractor may gain access to Sensitive Data Types including but not limited to Personal Identifiable Information (PII), Personal Health Information (PHI), Sensitive Security Information (SSI), Payment Card Industry (PCI), Financial Information and/or other confidential information of the Aviation Authority. Contractor agrees to hold such information in confidence and to make such information known only to its employees, affiliates, agents, and Sub-Contractors who have a legitimate need to know such information and who are under a similar obligation of confidentiality. The Contractor shall seek the Aviation Authority’s prior written consent before releasing, disclosing, or otherwise making such confidential information available to any other person. This provision shall not apply to information required to be released by applicable law, legal subpoena, or other lawful process. The Contractor must notify the Aviation Authority as soon as practicable in the event Contractor is notified of or discovers any compromise and/or breach or suspected breach, such as unauthorized access to, theft of, misuse of and unintentional releases or of any security/sensitive data types, or confidential information of the Aviation Authority and/or Individuals (“Data Breach”) involving Contractor controlled systems such as, but not necessarily limited to, web sites, transmission infrastructure, voice response unit, and retrieval and storage systems. This notification should include, to the extent known, the type of Data Breach, type of data compromised and/or breached, and results of any forensic investigation. To the extent Contractor is responsible for the Data Breach and upon mutual agreement of the parties, Contractor shall be responsible to implement, in coordination with the Aviation Authority, a commercially reasonable Remediation Plan to address and respond to a Data Breach. Such commercially reasonable “Remediation Plan” will include certain administrative requirements associated with addressing and responding to such Data Breach to the extent necessary under the circumstances, and may include but is not necessarily limited to: (i) preparation and mailing or other transmission of legally required notifications, (ii) preparation and mailing or other transmission or communication to impacted Individuals such as may be required by applicable law or regulation; (iii) offering potentially impacted Individuals the opportunity to enroll in a credit monitoring service offered by a vendor of Contractor’s choice for a two-year period, or other period as required by applicable law, at no charge to the impacted Individuals; and (iv) payment of applicable reasonable legal, audit, accounting and administrative expenses associated with the investigation, notifications and recovery arising from the Data Breach. The remedies provided for in the Remediation Plan shall be in addition to any other remedies available to the Aviation Authority under this Contract. The provisions of this Section shall survive the expiration or earlier termination of the Contract.
- Training —
If specified, Contractor may be required at the convenience of the Aviation Authority, to provide employees training in the operation and maintenance of any items(s) purchased from this Solicitation.
- Inspection and Acceptance —
The Aviation Authority' Representative (OAR or AAR) shall conduct an inspection of completed Services. Any deficiencies noted during an inspection shall be corrected in an agreed-upon schedule by the OAR/AAR and Contractor before final acceptance. The exercise by the Aviation Authority of its right of inspection hereunder or the Authority’s acceptance of the Services and all related materials and equipment shall in no way be deemed a waiver by the Authority of 1) Authority’s right to later reject, revoke acceptance, or recover damages for Services or related materials and equipment accepted which are not free from patent or latent defects, or 2) the Contractor’s obligation to correct defective Services or deliver conforming materials or equipment.
- Airport Security —
The Contractor will be required to comply with all applicable regulations of the TSA and of the Aviation Authority relating to Airport security, including those relating to access to the AOA of Orlando International Airport, as such regulations may be in effect or changed from time to time.
- Airport Operations Area —
The Contractor's personnel and vehicles shall not be allowed within the Airport Operations Area (AOA), which includes the ramp area and aprons, unless authorized by the Vice President of Security.
- Contractor's personnel are required to successfully complete SIDA Training and demonstrate proficiency in all Airport Operations Instructions (AOl's) regarding secured access to airfield and aircraft ramp and apron areas. No escorts of any type will be provided.
- Airport Security: Contractor's services shall be performed in accordance with the Transportation Security Administration (TSA), Federal Aviation Administration (FAA), and any other governmental agency security directives, rules, and regulations. The FAA and the TSA may assess fines and penalties for Contractor's noncompliance with the provisions of Title 49 Code of Federal Regulations (CFR), Parts 1540 and 1542, as amended from time to time, or by other agencies for noncompliance with laws or regulations applicable to Contractor's operations. Within ten (10) days of notification in writing, Contractor shall reimburse the Aviation Authority for any paid fines or penalties assessed against the Aviation Authority because of Contractor's noncompliance with 49 CFR 1540 and 1542 or other applicable laws or regulations.
- The Contractor acknowledges that fines or penalties associated with non-compliance with security regulations must be reimbursed to the Aviation Authority.
- Identification Requirement —
Contractor is required to conduct an employee background check, or require its Sub-Contractors to perform an employee background check, in accordance with the requirements herein on each person proposed for employment at Orlando International Airport in connection with this Contract, if such person is an employee of Contractor or an employee of a Sub-Contractor for whom Contractor is required to sign the Aviation Authority’s badge application (“Contractor Responsible Employees”). Such background check must be successfully completed prior to such person applying for an access control identification badge with the Aviation Authority. Each background check shall be performed to the following minimum requirements:
- Each employee must provide a ten (10) year work history.
- Contractor must confirm the last five (5) years of each employee's work history. Any gaps in employment of thirty (30) days or more during such five year period must be explained in writing by the employee and must be confirmed by Contractor through W-2s, student transcripts, medical records, or written references of stay-at-home situations from credible local persons such as pastors or priests (which reference must indicate personal knowledge of employee's general work history during the gap period).
- Contractor must check each employee's criminal history for the immediately preceding five years, with such check to be conducted in each county where the employee has lived or worked in such five year period.
- Contractor shall not present any Contractor Responsible Employee to the Aviation Authority's Access Control Office for badging if such person has any unexplained gaps in their work history, has a criminal record that would disqualify them from receiving an access control badge or has an unacceptable termination record.
- The Aviation Authority will issue, for a non-reimbursable fee, as stated below to all Contractor Responsible Employees an identification badge that will display their picture, name, and other applicable information; and any key(s) required in the performance of the Contract, provided that such person meets the minimum criteria established to receive a badge. At all times while on airport property, the Contractor Responsible Employees are required to display such badges prominently on their uniforms in accordance with Aviation Authority’s guidelines.
- Every new employee requiring unescorted access to a secure area of the airport must be electronically processed by the Aviation Authority’s Access Control Office for a Criminal History Records Check and Security Threat Assessment before an identification badge is issued. In addition to this records check, the employee will be required to attend security training class (approximately 1 hour), and in the case of operating a vehicle on the Airport Operating Area (AOA) the employee will also be required to attend a driving safety class (approximately 1 hour); both training classes are provided by the Aviation Authority.
- The Contractor shall maintain, and shall require its Sub-Contractors to maintain, a permanent record in its files of the background information, including drug screening tests, on all current and former employees who are utilized in the performance of this Contract and, when requested, shall provide such information to Aviation Authority, TSA, or such other entity as deemed appropriate by the Aviation Authority. The Contractor further agrees to perform, or require its Sub-Contractors to perform, such additional employee background checks, fingerprinting, or other identification measures as may be required by any future security rules or applicable federal regulations.
- Fees Associated with Identification Badges and Keys The Contractor shall pay all fees associated with identification badges and keys based on the current fee schedule at the time of issuance identification badges and keys. The Aviation Authority shall determine the term of each badge at the time of issuance. Note: No personal checks or credit card payments are accepted. Companies will be assessed a set fee for each non-returned identification badge and for each non-returned key. For further details visit: https://flymco.com/airport-business/access-control/
- Contractor must maintain all information described above for a period of four (4) years following expiration of this Contract. Such information is subject to audit by the Aviation Authority and must be sufficient in scope and detail to permit verification of compliance by Aviation Authority audit. Actual damages to the Aviation Authority resulting from a breach by Contractor of its obligations hereunder will be difficult or impossible to determine. As a result, Aviation Authority shall be entitled to recover liquidated damages of $250.00 for every Contractor Responsible Employee presented to the Aviation Authority for access control badging (a) for whom the above background check has not been completely and accurately performed, or (b) who should not have been presented per the above guidelines. The amount payable hereunder by Contractor is not a penalty, is in addition to any access control badging application fee paid by the employee and is payable whether or not such employee is issued an access control badge by the Aviation Authority.
- Contractor must co-sign with the Sub-Contractor all badge applications for any employee of a temporary employment agency engaged as a Sub-Contractor to provide personnel to Contractor on this Contract. All employees provided by temporary employment agencies for this Contract shall be Contractor Responsible Employees. Before submitting a badge application for an employee provided on this Contract by a temporary employment agency, Contractor or the temporary employment agency must submit to the Aviation Authority’s Authorized Representative (AAR) for prior approval of such employee, a Contract between the temporary employment agency and such employee reflecting an intended assignment of such employee to the Contractor for the remaining duration of the Contract or the duration of the Contractor’s need for such position.
- U.S. Customs and Border Protection (CBP) Seal —
A Customs and Border Protection Seal may be a requirement for this Contact.
- The CBP-required badge for the purposes of performing duties under the Contract is a hologram badge. If required, the Contractor must comply with all U.S. Customs Service requirements in order to obtain and maintain a hologram to be affixed on the Aviation Authority badge. Currently a bond must be posted with U.S. Customs and Border Protection before any holograms are issued. Contractor should verify bond cost with U.S. Customs and Border Protection. The bond amount could change if the Contractor commits U.S. Customs and Border Protection violations or if the U.S. Customs and Border Protection changes its rules or procedures.
- Post a continuous CF 301 Bond (Type 1 or 2) or an Airport Security Bond. The bond is obtained from an authorized surety company as referenced in 19CFR113.37. The face value of the bond depends upon how many employees will require access to the Customs security areas.
- Less than 15 $25,000.00
- Between 15 - 25 $50,000.00
- More than 25 $100,000.00
- The CF 301 Bond can be designated as an import/broker bond, warehouse bond, international carrier bond, or a non-specific Airport Security Bond.
- The Contractor must have a sufficient number of management staff as well as regular staff, (as permitted by local U.S. Customs and Border Patrol officials) badged with Federal Inspection Station (FIS) (US Customs and Border Patrol) credentials, to ensure adequate staff on all shifts are capable of responding to Federal Inspection Station (FIS) calls without escort.
- Contractor's Personnel —
The Contractor must provide all personnel deemed necessary to meet the requirements of the Contract.
- The Contractor’s employees shall be instructed that no gratuities shall be solicited or accepted for any reason whatsoever from the tenants, customers, or other persons at Orlando International Airport.
- The Contractor shall be responsible for ensuring that all “lost and found” articles found by its employees on Aviation Authority's premises are turned over to the Aviation Authority or the Aviation Authority's designated agent in charge of such articles.
- Contractor shall transfer promptly from the Aviation Authority any employee or employees that the Aviation Authority advises are not satisfactory and replace such personnel with employees satisfactory to the Aviation Authority; but in no event shall Aviation Authority be responsible for monitoring or assessing the suitability of any employee or agent of Contractor.
- A valid Florida driver license (Commercial Driver License, if applicable) will be required of all personnel operating motor vehicles or motorized equipment on roadways in or around Orlando International Airport. Each of the Contractor's motor vehicles brought onto the Aviation Authority's premises shall have the Contractor's business name and/or logo prominently displayed on both front doors of such vehicle.
- Contractor will abide by all State and Federal regulations on wages and hours of an employee dealing with the employment relationship between Contractor and its subsidiaries or related parties and its employees, including but not limited to the Florida Human Relations Act, the Federal National Labor Relations Act, the Federal Fair Labor Standards Act, the Federal Civil Rights Act of 1964, as amended, and the Americans with Disabilities Act.
- All Contractor and any Sub-Contractor employees who perform supervisory positions or above, pursuant to this Contract shall be able to read, write, speak and understand the English language.
- Contractor shall maintain a drug-free workplace within the meaning of the Florida Drug-free Workplace Act. No employee shall be hired by a Contractor for work on Aviation Authority's premises prior to such employee having tested negative for drugs. In addition, existing employees of the Contractor must be subject to drug testing by the Contractor upon reasonable suspicion of drug use. Results of all such drug tests are to be retained by the Contractor. Copies shall be provided to the Aviation Authority, if requested.
- While working on airport property all Contractor's employees shall wear neat-appearing uniforms with the company name and/or logo and footwear of a style that complies with all legal and safety requirements, including and without limitation, the requirements of OSHA.
- Sub-Contractors —
The Contractor shall be fully responsible for all acts and omissions of the Sub-Contractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts and omissions of persons directly employed by the Contractor. In the event a qualified Sub-Contractor is employed, the Contractor shall:
- Obtain approval in advance by the Aviation Authority.
- Continuously monitor the Sub-Contractor's performance, shall remain fully responsible to ensure that the Sub-Contractor performs as required and itself perform or remedy any obligations or functions which the Sub-Contractor fails to perform properly. Nothing contained herein shall be construed to prevent a Contractor from using the services of a common carrier for delivering goods to the Aviation Authority.
- To the extent feasible, the provisions of this Contract shall apply to any such Sub-Contractor in the same manner as they apply to the Contractor. However, such application shall neither make any Sub-Contractor a party to this Contract, nor make such Sub-Contractor a third-party beneficiary hereof.
- The Aviation Authority may require that copies of invoices for all work (including invoices submitted to the Contractor for work performed by a Sub-Contractor) shall be submitted to the Aviation Authority by the Contractor and the Aviation Authority shall pay all compensation to the Contractor.
- It shall be the sole responsibility of the Contractor to deal with a Sub-Contractor with respect to the collecting and submission of invoices and the payment of compensation. In no event shall the Aviation Authority have any obligation or liability hereunder to any Sub-Contractor, including, in particular, any obligations of payment.
- If the Contractor has qualified as a Local Developing Business (LDB) / Veteran Owned Business Enterprise (VBE) program participant with respect to this Contract, Contractor may not subcontract the performance of services hereunder to an entity that has not received LDB/VBE certification, unless the LDB/VBE Participation Goals are separately met by a qualified portion of the Contract being performed by the Contractor or by one or more other Sub-Contractors that are LDB/VBE certified.
- Verbal Instructions —
No negotiations, decisions, or actions shall be initiated or executed by the Contractor as a result of any discussions with any Aviation Authority employee. Only those communications, which are in writing from an authorized Aviation Authority representative, may be considered. Only written communications from Contractors, which are signed by a person designated as authorized to bind the company, will be recognized by the Aviation Authority as duly authorized expressions on behalf of the Contractor.
- Litigation Venue —
All litigation shall take place either in the State Courts of Florida, wherein venue shall lie in Orange County, Florida, or in the Federal Courts wherein venue shall lie in the Middle District in and for the State of Florida. The Contractor expressly waives venue in any other location.
- Addition, Deletion, or Modification of Services —
The Aviation Authority reserves the right at its sole discretion to increase, decrease, or delete any portion of this Contract at any time without cause, and if such right is exercised by the Aviation Authority, the total fee shall be reduced or increased by a prorated basis. If work has already been accomplished on the portion of the Contract to be increased, decreased, or deleted, the Contractor shall be paid for the correct portion on the basis of the estimated percentage agreed upon by the Aviation Authority, the Contractor, and the AAR upon completion of such portion.
- Operation During Dispute —
In the event the Aviation Authority has not canceled the Contract in accordance with the terms of the Contract, and there remains a dispute between the Contractor and the Aviation Authority, the Contractor agrees to continue to operate and perform under the terms of the Contract while such dispute is pending. Further, the Contractor agrees that, in the event a suit is filed for injunction or other relief, it will continue to operate until the final adjudication of such suit by the court.
- Contract/Agreement Termination —
The Contract resulting from this Response shall commence upon issuance and acceptance of the fully executed Contract. The Aviation Authority retains the right to terminate the Contract, in part or in its entirety, with or without good cause, upon thirty (30) days prior written notice or as stated herein. In the event of termination by the Aviation Authority, provided herein, the awarded Contractor shall be paid for services performed through the date of termination.
- Termination for Cause: If, through any cause, Contractor shall fail to fulfill in a timely and proper manner its obligations under this Contract, or if Contractor shall violate any of the covenants, agreements, or stipulations of this Contract, the Aviation Authority shall thereupon have the right to terminate this Contract by giving written notice to Contractor of such termination and specifying the effective date.
- Notwithstanding the above, Contractor shall not be relieved of liability to the Aviation Authority for damages sustained by the Aviation Authority by virtue of any breach of this Agreement by Contractor, and the Aviation Authority may withhold any payments to Contractor for the purposes of set-off until such time as the exact amount of damages due the Aviation Authority from Contractor is determined. This provision shall survive the termination of this agreement and shall not relieve Contractor of its liability to the Aviation Authority for damages.
- Termination for Convenience of Aviation Authority: The Aviation Authority may terminate this Contract at any time for any reason or no reason at all by giving at least thirty (30) days’ notice in writing to the Contractor. If the Contract is terminated by the Aviation Authority as provided herein, Contractor will be paid for the services performed through the Termination Date.
- Termination for Convenience of Contractor: The Contractor may terminate this Contract by giving at least 180 days’ notice to the Aviation Authority. Upon receipt of notice of termination by the Aviation Authority from the Contractor, Contractor shall perform the services through the end of Termination Date and shall be paid for the services performed through the Termination Date.
- Safety and Protection —
- The Contractor shall be solely and completely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The Contractor shall take all necessary precautions for safety of and shall provide the necessary protection to prevent injury to, all employees on the work site and other persons including but not limited to, the general public who may be affected thereby.
- SAFETY: Contractor shall maintain a workplace safety program, including, but not limited to any response to hazards, incidents, and emergencies, outdoor operations during inclement weather, and Contractor shall report facility issues to 407-825-4000 or wo@goaa.org by describing the issue, location, and if possible flagging the area to prevent an incident.
- PROTECTION OF PERSONS AND PROPERTY: Contractor, in addition to its compliance with regulatory requirements and the Aviation Authority’s policies and procedures, shall take reasonable precautions to prevent causing or contributing to the damages, injury or loss to: (i) employees and other persons who may be affected in, on or about its operations, personnel, materials and equipment that is in its care, custody and control, including its Subcontractors; and (ii) other property, improvements, and infrastructure at the airport. Contractor shall comply with any safety, engineering, or other requests/recommendations as it relates to its permitted space, storage, or operations in which the protection of the airport property, public, or employees is determined.
- INCIDENT REPORTING: Contractor shall inform its personnel on airport communications as it relates to incidents involving medical episodes, injury, property damage, security issues, maintenance issues, and emergencies. Contractor shall notify the Aviation Authority’s emergency response personnel (407-825-2065 or 911), the AAR and immediately when a serious injury occurs during its services/operations at the airport and shall provide written notice of the injury within 48 hours to the Risk Hotline (407-825-2821 or RiskHotline@goaa.org) . The notice shall provide a description of the incident, including the location and time of the incident, the names and phone numbers of the people involved and witnesses, if any. The Contractor shall cooperate with any investigation of the incident.
- HAZARDOUS MATERIALS: Contractor shall notify the Aviation Authority’s emergency response personnel (407-825-2065 or 911) of any hazardous material incident or discovery.
- COORDINATION OF CLAIMS/DISPUTES: Contractor shall designate and provide the Aviation Authority with contact information to coordinate risk management, claims, and/or insurance issues. Contractor will cooperate with the Aviation Authority on any investigation, claim, defense, or dispute, including but not limited to providing records, witness statements, and other reasonably requested information.
- Supervision of Contract Performance, Monitoring of Work —
During the term of this Contract, the AAR or designee, shall act on the behalf of the Aviation Authority, but in no event shall the AAR have authority to modify or terminate this Contract, or make final decisions with respect to amendments, time extensions, assignments, cost or payment adjustments or payment disputes. These must be approved by the CEO or the Aviation Authority Board depending on the circumstances.
- Cleanliness of Premises —
During the progress of the work specified herein, the Contractor shall keep the premises free from accumulation of waste materials and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials and debris from and about the premises, as well as tools, equipment, machinery and surplus material, and leave the site clean and ready for occupancy by the Aviation Authority.
- Performance and Invoicing —
- The Aviation Authority shall, at regular intervals, monitor the performance of Contractor to determine whether the work to be performed under the Contract has in fact been accomplished to Aviation Authority’s satisfaction and/or completed in a timely manner.
- The Aviation Authority shall notify the Contractor of any specific services that are unsatisfactory to the Aviation Authority, and if the Contractor has not addressed such item or items set forth in the notice to the Aviation Authority’s satisfaction within the time frame set forth in the Aviation Authority’s notice, the Aviation Authority in addition to all other rights provided under this Contract or by law or equity, may either remedy such unsatisfactory services itself or through a third-party and the cost of providing the remedial services shall be deducted from the Contractor’s invoice.
- The Aviation Authority shall pay the undisputed amount of Contractor’s invoice per The Florida Prompt Payment Act. Items in dispute shall be paid upon the resolution of the dispute in accordance with the Florida Prompt Payment Act.
- The Contractor’s invoice shall generally describe the services rendered by work area and location, type of service, date rendered, and shall contain such other information and is accompanied by such supporting documentation and other materials as the Aviation Authority shall request. The forms to be used will be provided by the Contractor, with approval of the Aviation Authority.
- The Aviation Authority will reimburse the Contractor for reasonable freight and shipping charges incurred with respect to any such reimbursable items, at actual cost, for which parts, materials, equipment rental and other reimbursable items are approved in writing by the Aviation Authority in advance of such shipment. The cost of overnight delivery shall be approved in writing in advance by the AAR.
- Contractor shall be obligated to pay promptly all proper charges and costs incurred by Contractor for labor and materials used for the work performed hereunder. The Aviation Authority shall have the right, but not the obligation, to pay directly to third-parties (including Sub-Contractors) all past due amounts owed by Contractor to third-parties for labor and materials used for the work hereunder, based on invoices submitted by such third-party, and all such amounts paid by the Aviation Authority shall be applied toward, and shall reduce, amounts owed to Contractor hereunder.
- The Contractor shall submit all invoices to: Greater Orlando Aviation Authority, Finance Manager, P.O. Box 620125, Orlando, Florida 32862-0125. Invoices may be sent electronically to accounts payable goaa-ap@goaa.org
- Payment Terms —
Payment terms for the resulting Contract: Net 45.
- Prompt Payment —
For payment promptness, the Aviation Authority shall remit payment in accordance with the Florida Prompt Payment Act, Section 218.70, Fla. Stat., et seq. Aviation Authority does not expect to be billed in excess of the ordered quantity and will not pay for any quantity above the ordered quantity. Contractors may offer cash discounts for prompt payment but they will not be considered in determination of award. If a Contractor offers a discount, it is understood that the discount time will be from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last. Requests for final payment for any work or services for which a permit is required shall include a copy of all required permits and copies of all required inspection reports. Failure to provide proof of acquisition of all required permits and successful completion of all required inspections shall represent an incomplete invoice and will delay payment. Contractor shall notify the Aviation Authority promptly of any subcontract/supplier dispute.
- Right To Audit Records —
In performance of this Contract, the Contractor shall keep books, records, and accounts of all activities related to the Contract, in compliance with generally accepted accounting procedures. All documents, papers, books, records, and accounts made or received by the Contractor in conjunction with the Contract and the performance of this Contract shall be open to inspection during regular business hours by an authorized representative of the Aviation Authority, and shall be retained by the Contractor for a period of five (5) years after termination of this Contract—unless such records are exempt from section 24(a) of Article I of the State Constitution and section 119.07(1), Fla. Stat.
- Copying Documents —
Contractor hereby grants the Aviation Authority and its agents permission to copy and distribute any and all materials and documents contained in, comprising, or which are otherwise submitted to Aviation Authority with or in connection with the Contractor’s Response or which are contained in the Contract Documents (the “Submittals”). The permission granted by the Contractor shall be on behalf of the Contractor and any and all other parties who claim any rights to any of the materials or documents comprising the Submittals. Such permission specifically authorizes the Aviation Authority and its agents to make and distribute such copies of the Submittals or portions thereof as may be deemed necessary or appropriate by Aviation Authority for its own internal purposes or for responding to requests for copies from any member of the public regardless of whether the request is specifically characterized as a public records request pursuant to Chapter 119, Florida Statutes. This provision shall survive the expiration or termination of the Contract.
- Florida Public Records Law —
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE AVIATION AUTHORITY’S CUSTODIAN OF PUBLIC RECORDS AT: https://flymco.com/airport-business/public-records/ , PHONE NUMBER 407.825.2400; AND MAILING ADDRESS, GREATER ORLANDO AVIATION AUTHORITYY, PUBLIC RECORDS, ONE JEFF FUQUA BOULEVARD, ORLANDO, FL 32827. A Contractor with an Aviation Authority Contract for services, must comply with Florida Statute, Chapter 119.071, specifically to: Keep and maintain public records that ordinarily and necessarily would be required by the Aviation Authority in order to perform the service. Upon request from the Aviation Authority’s custodian of public records, provide the Aviation Authority with a copy of the requested records or allow the access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the Aviation Authority would provide the records and at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the records to the Aviation Authority. Upon completion of the Contract, meet all requirements for retaining public records and transfer, at no cost to the Aviation Authority, all public records in possession of the Contractor or keep and maintain public records required by the Aviation Authority to perform the service. If the Contractor transfers all public records to the Aviation Authority upon completion of the Contract, the Contractor shall, upon termination of the Contract, destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Aviation Authority, upon request from the Aviation Authority’s custodian of public records, in a format that is compatible with the information technology systems of the Aviation Authority. If a Contractor does not comply with a public records request, the Aviation Authority shall enforce the Contract provisions in accordance with the Contract.
- Federal Compliance Provisions —
Contractor agrees to recognize and comply with all applicable standards, orders or regulations issued pursuant to 2 C.F.R. Part 200, Appendix II. Standards, orders or regulations that are not applicable to the scope of work will not be required of the Contractor. To the extent applicable, the Contractor shall cause the inclusion of the provisions of these provisions in all subcontracts.
- Equal Employment Opportunity: For any federally assisted construction Contract, as defined in 41 CFR 60-1.3, the Contractor, Subcontractor, subrecipient shall follow all of the requirements of the Equal Opportunity Clause as stated in 41 CFR 60-1.4.
- Davis–Bacon Act: For any federally assisted construction Contract, in excess of two thousand dollars ($2,000), the Contractor, Subcontractor, subrecipient shall comply with all of the requirements of the Davis-Bacon Act (40 U.S.C. 3141 – 3148) as supplemented by Department of Labor Regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and assisted Construction”); and the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). For a definition of “Construction” see 48 CFR 2.101.
- Contract Work Hours and Safety Standards Act: For any federally assisted Contract, in excess of one hundred thousand dollars ($100,000), that involves the employment of mechanics or laborers, the Contractor, Subcontractor, subrecipient shall comply with all of the requirements of the Contract work Hours and Safety Standards Act (40 U.S.C. 3702 and 3704), as supplemented by Department of Labor Regulations (29 CFR Part 5).
- Byrd Anti-Lobbying Amendment (31 U.S.C. 1352): Contractors that apply or Bid for an award exceeding one hundred thousand dollars ($100,000) must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal Contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.
Debarment and Suspension:
- Non-federal entities and Contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the· Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension).
- Upon request, the vendor agrees to provide the Aviation Authority with subsequent certification(s) for it and/or its suppliers, Subcontractors and subconsultants after Contract award.
- This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the vendor is required to verify that none of the vendor, its principals (defined at 2 C.F.R. § 80.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
- The vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
- This certification is a material representation of fact relied upon by County (subgrantee). If it is later determined that the vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Federal Government serving as grantee and the Aviation Authority as subgrantee, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
- The vendor must comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this order/Contract is valid. The vendor further agrees to include a provision requiring such compliance in its lower tier covered transactions.
Clean Air Act and the Federal Water Pollution Control Act: For any federally assisted Contract, or subgrant, in excess of one hundred and fifty thousand dollars ($150,000), the Contractor, Subcontractor, subrecipient or subgrant recipient shall comply with all of the requirements of the Clean Air Act (42 U.S.C. 7401 -7671q.) and the Federal water Pollution Control Act as amended (33 U.S.C. 1251 – 1387).
Energy Policy and Conservation Act: The Contractor agrees to comply with the mandatory standards and policies relating to energy efficiency contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 42 U.S.C. 6201.
Federal System for Award Management: A order/Contract shall not be made to parties listed on the government-wide exclusions set forth in the System for Award Management (“SAM”) (found at www.sam.gov), which contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory Aviation Authority.
Title VI List of Pertinent Nondiscrimination Acts And Authorities
During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to:
- Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin);
- 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
- The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);
- Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27;
- The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age);
- Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
- The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, subrecipients and Contractors, whether such programs or activities are Federally funded or not);
- Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38;
- The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);
- Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations;
- Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
- Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Procurement of Recovered Materials:
- In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired.
- Competitively procured within a timeframe providing for compliance with the Contract performance schedule;
- Meeting Contract performance requirements; or
- At a reasonable price.
- Information about this requirement, along with a list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
Awarded Contractors are required to fully comply with all requirements outlined in 2 CFR Part 200 – Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards
- Federal Emergency Management Agency (FEMA) Contract Requirements —
In the event of a hurricane, civil disturbance, or other declared emergency, the Contractor will be required to begin response within one hour after notification and be on site no later than two hours after notification unless there are circumstances beyond control of the Contractor (roadway damage, etc.). Cost of the service will be at the standard or non-standard working hours at the discretion of the Aviation Authority. If State of Florida declares a State of Emergency, Contractor agrees to the terms outlined in the Federal Emergency Management Agency (FEMA) Contract Requirements. https://www.fema.gov/grants/procurement
- Additional FEMA Requirements —
The Uniform Rules authorize FEMA to require additional provisions for non - Federal entity Contracts. FEMA, pursuant to this Aviation Authority, may require the following:
- Access to Records. The following access to records requirements apply to this Contract:
- The Contractor agrees to provide the Florida Division of Emergency Management, Greater Orlando Aviation Authority, Orlando, Florida, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts, and transcriptions.
- The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.
- The Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the Contract.
- In compliance with the Disaster Recovery Act of 2018, the non-federal entity and the Contractor acknowledge and agree that no language in this Contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.
- Compliance with Federal Law, Regulations, and Executive Orders.
This is an acknowledgement that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. - No Obligation by Federal Government.
The Federal Government is not a party to this Contract and is not subject to any obligations or liabilities to the non - Federal entity, Contractor, or any other party pertaining to any matter resulting from the Contract. - Program Fraud and False or Fraudulent Statements or Related Acts.
The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract.
- RESPONDENT IDENTIFICATION
- Responding Company's name and address (required) —
Must match the name shown on the submitted W-9 Form and on the Registration with the State of Florida. (SunBiz) Contract/Agreement/Purchase Order will be issued under this name, if awarded.
- Is the duly Authorized Signatory (Individual listed in SunBiz holding delegated binding authority to enter into contractual obligations) of the Respondent also the Primary Contact for this solicitation? (required)
- Authorized Signatory/Primary contact's name, title, email address and direct phone # (required)
- Secondary contact person's name, title, email address and phone #. (required)
- Authorized Signatory's name, title, email and direct phone # (required)
- Primary contact person's name, title, email address and phone # (required)
- Secondary contact person's name, title, email address and phone #. (required)
- Did the Respondent use Artificial Intelligence (AI) to generate any portion of their response to this solicitation? (required)
- Certification regarding usage of Artificial Intelligence (required) —
By selecting confirm, I certify that any Artificial Intelligence (AI) generated response(s) have been reviewed and verified for accuracy and truthfulness. Additionally, I certify that any intellectual property, trademarked, and copyrighted material contained in the response(s) are used with the owner’s permission.
- MINIMUM REQUIREMENTS —
Minimum Requirements are listed in Section 4: Minimum Requirements
- Minimum Experience (required) —
Explain how the Respondent meets the Minimum Experience requirement described in Section 4: Minimum Requirements.
- Respondent must have a minimum of three (3) years of continuous, recent, relevant, and verifiable experience.
- Provide verifiable evidence that the Respondent has provided removal, processing and disposal services for a minimum of 1,500 tons of USDA-regulated garbage or medical waste, per contract, within the last five (5) years at a medium or large commercial-service airport or large facility.
- Respondent shall list and briefly describe contracts of similar size and/or complexity which have been completed satisfactorily, including contract name/number, dates/period of performance and location.
- Reference 1 (required) —
See requirements for References under Section 4: Minimum Requirements.
Provide your response in the following order:
- Name of Company
- Contact Name
- Contact Email
- Description of services
- Timeline for services rendered
- Reference 2 (required) —
See requirements for References under Section 4: Minimum Requirements.
Provide your response in the following order:
- Name of Company
- Contact Name
- Contact Email
- Description of services
- Timeline for services rendered
- Reference 3 (required) —
See requirements for References under Section 4: Minimum Requirements.
Provide your response in the following order:
- Name of Company
- Contact Name
- Contact Email
- Description of services
- Timeline for services rendered
- Provide proof of the required Certifications/Licenses (required) —
Upload the Compliance Agreement issued by U.S. Customs and Border Protection (CBP)
or
Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ).
- Does the Respondent meet the minimum Combined Local Developing Business (LDB) / Veteran Business Enterprise (VBE) participation goal? (required) —
The Combined Local Developing Business (LDB) / Veteran Business Enterprise Participation Goal for this Solicitation is: TBD%. Additional detail regarding this requirement can be found in Section 0: Small Business Program and Requirements.
By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the requirements by having certified Veteran Owned Business and/or Local Developing Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.
By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent made a good faith effort to meet the established goal.
- Proposed Combined LDB/VBE Participation % (required)
- LDB/VBE Schedule (required) —
Please download the below document, complete, and upload.
- Letter of Interest Forms (required) —
Please download the below document, complete, and upload for EACH SUB-CONTRACTOR.
- The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal (required)
- Provide a list of LDB or VBE firms contacted. (required) —
Include, for all LDB or VBE Firms:
- LDB OR VBE Company Name
- LDB OR VBE Contact's Name
- First Contact Date and Method (Email, Certified Mail, etc)
- Follow-Up Date and Method
- Brief Description of Outcome
- Optional - Additional documentation to prove Good Faith Effort
- Optional - Additional information to prove Good Faith Effort
- Does the Respondent meet the minimum Veteran Business Enterprise (VBE) participation goal? (required) —
The Veteran Business Enterprise Participation Goal for this Solicitation is: 0%. Additional detail regarding this requirement can be found in Section 0: Small Business Program and Requirements.
By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the requirements by having a certified Veteran Owned Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. . Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.
By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent made a good faith effort to meet the established goal.
- Proposed VBE Participation % (required)
- VBE Schedule (required) —
Please download the below document, complete, and upload.
- Letter of Interest Forms (required) —
Please download the below documents, complete, and upload FOR EACH VBE SUBCONTRACTOR
- The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal (required)
- Provide a list of VBE firms contacted (required) —
Include, for all VBE Firms:
- VBE Company Name
- VBE Contact's Name
- First Contact Date and Method (Email, Certified Mail, etc)
- Follow-Up Date and Method
- Brief Description of Outcome
- Optional - Additional documentation to prove Good Faith Effort
- Optional - Additional information to prove Good Faith Effort —
Provide a narrative of Respondent's Good Faith Efforts.
- Does the Respondent meet the minimum Local Developing Business (LDB) participation goal? (required) —
The Local Developing Business Goal for this Solicitation is: 0%. Additional detail regarding this requirement can be found in Section 0: Small Business Program and Requirements.
By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the requirements by having a certified Local Developing Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. . Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.
By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent made a good faith effort to meet the established goal.
- Proposed LDB Participation % (required)
- The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal. (required)
- Provide a list of LDB firms contacted (required) —
Include, for all LDB Firms:
- LDB Company Name
- LDB Contact's Name
- First Contact Date and Method (Email, Certified Mail, etc)
- Follow-Up Date and Method
- Brief Description of Outcome
- Letter Of Intent (LOI) (required) —
Please download the below document, complete, and upload for EACH SUB-CONTRACTOR.
- LDB Schedule (required) —
Please download the below document, complete, and upload.
- Optional - Additional documentation to prove Good Faith Effort
- Optional - Additional information to prove Goods Faith Effort (required) —
Provide a narrative of Respondent's Good Faith Efforts.
- Respondent's Certification and Willingness to sign Contract (required) —
Please download the below document, complete, and upload.
- SunBiz Registration/Application with the State of Florida (required) —
Upload documentation for the State of Florida
- OTHER REQUIREMENTS
- Upload Respondent's current, signed W-9 Form. (required) —
Name on the uploaded W9 Form must exactly match the Respondent's name above.
- Proof of Insurability (required) —
You may upload your Certificate of Insurance (COI), an insurance quote for the required coverage, or a statement from regarding the Respondent ability to obtain insurance with the required coverage issued by a company currently authorized to do business in the State of Florida and with an A.M. Best Company rating of at least B+ and a Financial Size Category of "Class VI" or higher according to the most current edition of AM Best Rating for the required insurance(s) listed in Section 10: Aviation Authority's Standard Terms and Conditions.
- Proof of Bondability (required) —
Demonstrate ability to meet bondability requirements listed in this solicitation by providing a Letter of Bondability on a surety company letterhead or a letter from a US Bank for a letter of credit confirming that Respondent can obtain one or the other and understands only the Performance Bond or Letter of Credit form will be accepted.
Further details regarding the bondability requirements can be found in Section NO VALUE Aviation Authority's Standard Terms and Conditions.
- Conflict of Interest Form (required) —
Please download the below document, complete, and upload.
- Certification Regarding Prohibition Against Contracting with Scrutinized Companies (required) —
By selecting "Confirm", I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this Solicitation is for a Contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the Aviation Authority may immediately terminate any Contract resulting from this Solicitation upon written notice if the undersigned entity (or any of those related entities of Respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any Contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.
- Verification of Employment Status / E-Verify (required) —
By selecting "Confirm", I hereby acknowledge and agree that use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the resulting contract with the Greater Orlando Aviation Authority.
Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use the Employment Eligibility Verification System (E-Verify) to verify the work authorization status of all newly hired employees. The E-Verify system can be obtained at the U.S. Department of Homeland Security website: http://www.dhs.gov/E-Verify
“Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration (also referred to as Respondent or Contractor).
“Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration (also referred to as Sub- Vendor or Sub-Contractor).
Vendor/Contractor/Subcontractor acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of:
- All persons employed by Vendor/Contractor/Sub-Contractor during the term of the contract, (including assigned sub-vendors/sub-contractors/sub-contractors), to perform employment duties within Florida and any work in pursuant to the contract with the Aviation Authority.
By entering into a contract with the Aviation Authority, the Contractor/Contractor becomes obligated to comply with the provisions of Section 2. Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to, utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien.
The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of resulting contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court of Orange County, Florida no later than 20 calendar days after the date of termination. If the resulting contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination.
- Discriminatory Vendor List Certification (required) —
By selecting "Confirm", I hereby certify that the Respondent, and any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have not been placed on the Discriminatory Vendor List by the Department of Management Services. (287.134(3)(d), Fla. Stat.)
- Public Entity Crimes Certification (required) —
By selecting "Confirm", I hereby certify that the Proposer, and/or any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations have not been convicted of any public entity crimes nor have they been placed on the Convicted Vendor List by the Department of Management Services.
- Prohibition of Covered Unmanned Aircraft Systems (UAS) (required) —
By selection "Confirm", the Respondent certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note).
The Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.
Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems.
- Drug-Free Workplace Certification (required) —
By selecting "Confirm", I certify, that if awarded, Respondent shall maintain a drug-free workplace in accordance with the Florida Drug-free Workplace Act during the duration of the contract. No employee shall be hired by a Contractor for work on Aviation Authority's premises prior to such employee having tested negative for drugs. In addition, existing employees of the Contractor must be subject to drug testing by the Contractor upon reasonable suspicion of drug use. Results of all such drug tests are to be retained by the Contractor. Copies shall be provided to the Aviation Authority, if requested.
- Proof of Bondability (required) —
Demonstrate ability to meet bondability requirements listed in this solicitation by providing a Letter of Bondability on a surety company letterhead or a letter from a US Bank for a letter of credit confirming that Respondent can obtain one or the other and understands only the Performance Bond or Letter of Credit form will be accepted.
Further details regarding the bondability requirements can be found in Section 10: Aviation Authority General Terms and Conditions.
Upload Letter of Bondability or Letter of Credit.
- PRICING
- Validity of pricing (required) —
By selecting confirm, I acknowledge that the pricing provided is valid until at least 07/31/2031.
- Payment Terms (required) —
By selecting confirm, I acknowledge that the payment terms are Net-45.
- All inclusive pricing (required) —
By selecting confirm, I certify that all charges, fees, etc... are included in the Pricing Table(s). Additionally, I acknowledge that charges, fees, etc... not disclosed in this/these Price Table(s) will not be accepted by the Aviation Authority.
- Contract Type (required)
- Contract to start on or about _____ (required) —
Enter date
- Include Management Fee verbiage? (required)
- Freight Terms 3 (required)
- Will there be any sub-contractors? (required)
- Payment Terms use (required)
- Awardee (required) —
Use this term throughout the document
- Terminology (required) —
Throughout the document, which one should be used?
- This solicitation is for: (required)
- Base Contract Length (required)
- Number of Options (required)
- Length of Option(s) (required)
- Committee for Recommendation (required)
- Permits (required)
- Notice of Intent to Award is anticipated to be provided within ____ days from the opening of Responses (required) —
Enter number only
- Will the Contractor be on GOAA property? (required)
- Will there be a separate Space Use Agreement signed? (required)
- Badging (required)
- Airfield Operations Area (AOA) Access Required (required) —
If the Contractor requires access to the AOA, select "yes", if not, enter "no"
- Include CPI/PPI escalation/de-escalation? (required)
- PPI maximum allowable increase % (required)
- PPI adjustment allowed after the ____ year (required)
- CPI adjustment allowed after the ____ year (required)
- CPI maximum allowable increase % (required) —
Enter number, without percent sign.
- Pricing must be valid until at least ____ (required)
- Responses may not be withdrawn for ____ days (required) —
Enter number only.
- Minimum Experience (required)
- Minimum Experience - Minimum number of years of experience (required) —
Enter number only.
- Minimum Experience - Minimum experience must be within ___ years from solicitation (required) —
Enter number only
- Minimum Experience - Minimum number of project in the past (required) —
Enter number only.
- Minimum Experience - Minimum experience project must be within ____ years from solicitation (required) —
Enter number only.
- Minimum Experience - Minimum value of past project use (required) —
Enter number only, without $ sign
- Bond - Is there a Surety Bond /Letter of Credit requirement for this solicitation? (required)
- Bond - Penal sum of Bond (required) —
Enter number only, no $ sign.
- Bond - Penal sum of Letter of Credit (required) —
Enter number only, no $ sign.
- Will there be a Pre-Submittal Meeting? (required)
- Mandatory? (required)
- The Pre-Submittal Meeting will be held (required)
- Does this solictation require any Licenses or Certifications? (required)
- What type of License/Certificate must be included? (required) —
Licensed Physician
- References - Include verbiage for References? (required)
- References - Minimum number of References to be provided? (required) —
Enter number only
- References - Reference must be within ____ years from solicitation. (required) —
Enter number only.
- Is there any participation goal? (required)
- Small Business - Minimum LDB Participation Goal % (required) —
Enter number only
- Small Business - Minimum Combined LDB/VBE Participation Goal % (required) —
Enter number only, no % sign
- Small Business - Minimum VBE Participation Goal % (required) —
Enter number only
- Do you want to automatically fill Section #s referenced in verbiage?
- What section number will the Minimum Requirements populate at? (required)
- What section number will the Scope of Work/Specifications populate at? (required)
- What section number will the Sample Contract populate at? (required)
- What section number will the Small Business populate at?
- What section number will Vendor questionnaire populate at? (required)
- What section number will the DBE Participation populate at? (required)
- What section number will the Aviation Authority Standars T/C's populate at? (required)
- Note to Procurement Agent (required) —
Insurance requirements are listed in the T&Cs and have to be adjusted manually.
- INSURANCE AMOUNTS —
If a specific type of Insurance is not needed, please update the Insurance Section of the Standard T&Cs.
- Please provide the dollar amount for the minimum required Garage Liability Insurance coverage.
- Please provide the dollar amount for the minimum required Crime Insurance coverage
- Please provide the dollar amount for the minimum required Cyber/Privacy Liability Insurance coverage
- Please provide the dollar amount for the minimum required Garagekeepers Insurance coverage.
- Please provide the dollar amount for the minimum required Pollution/Environmental Liability Insurance coverage.
- Please provide the dollar amount for the minimum required Professional Services / Errors & Omissions Liability Insurance Liability Insurance coverage