HILLSBOROUGH COUNTY AVIATION AUTHORITY

Similar documents
HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY PROJECT MANUAL. (Containing Bidding and Contract Requirements, and Specifications)

Airside F Boarding Level Carpet Replacement. Tampa International Airport

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY

BOARDING BRIDGE AIR CONDITIONING SYSTEM. Tampa International Airport

INSTRUCTIONS TO BIDDERS

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS

ARFF Training Facility Improvements. Tampa International Airport

INSTRUCTIONS TO BIDDERS

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Tampa International Airport RUNWAY 18-36, TAXIWAY A, HANGAR TAXILANES, PARKING LOT & ROAD REHABILITATION TAMPA EXECUTIVE AIRPORT

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

REQUEST FOR BID PROPOSALS

SECTION NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

AIA Document A701 TM 1997

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

MAIN TERMINAL PAVER REPLACEMENT AND FOUNTAIN PLAZA IMPROVEMENTS. Tampa International Airport

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR QUOTATION

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Request for Proposal # Postage Meter Lease & Maintenance Service

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Document A701 TM. Instructions to Bidders

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

RFP GENERAL TERMS AND CONDITIONS

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR PROPOSAL RFP #14-03

RECONDITIONED DRUMS QUOTATION 15-Q01/LO

BID FOR LUMP SUM CONTRACT

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Request for Proposal # Executive Recruitment Services

City of New Rochelle New York

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

CITY OF GAINESVILLE INVITATION TO BID

Request For Proposal (RFP) for

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

Network Cabling Upgrade/Renovation. Request for Proposal

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL

Request for Proposal

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR. City Attorney/Legal Services RFQ#

Invitation to Bid BOE. Diesel Exhaust Fluid

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

SECTION 1.A BID FOR LUMP SUM CONTRACT

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

PURCHASING DEPARTMENT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

State of Florida Department of Transportation

Request for Proposal Internet Access

JAA SOLICITATION. REQUEST FOR QUOTATIONS (RFQ) No.: AEROSHELL PRODUCTS HERLONG JACKSONVILLE, FL

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

INVITATION TO BID (ITB)

Sample Request For Proposals

CITY OF GAINESVILLE INVITATION TO BID

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

Request for Proposals

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

Transcription:

HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014

1.0 Background and Contact Information 1.01 Background 1.02 Contact Information 2.0 Scope of Work / Specifications 3.0 Solicitation Schedule 4.0 Minimum Qualifications 5.0 Fees and Payment 5.01 Fees 5.02 Taxes 5.03 Payment and Invoices TABLE OF CONTENTS 6.0 Contract 6.01 Software Maintenance Agreement 6.02 Term of Purchase Orders 7.0 Solicitation General Terms and Conditions 7.01 Binding Offer 7.02 Insurance Requirements 7.03 Public Entity Crimes 7.04 Drug-Free Workplace Program Certification 7.05 Non-Exclusivity of Agreement 7.06 Collusion 7.07 Cone of Silence 7.08 Compliance 7.09 Governance 7.10 Public Disclosure 7.11 Procurement Protest Policy 7.12 Woman and Minority Owned Business Enterprise (W/MBE) Assurance and Participation 7.13 Disclosure of Authority Records 7.14 Hold Harmless 8.0 Quote Requirements 8.01 Solicitation Process 8.02 Rejection of Quotes 8.03 Cost of Preparation 8.04 Solicitation Compliance 8.05 Questions and Addenda 8.06 Public Opening of Quotes and Public Records 8.07 Government Entities 8.08 Withdrawal of Quotes Quote No. 14-534-805 INVITATION TO QUOTE Page 2 of 12

Appendix A Quote Form Cover Page Appendix B Quote Form Instructions Appendix C Mistakes That Could Cost You Quote No. 14-534-805 INVITATION TO QUOTE Page 3 of 12

1.0 Background and Contact Information The Hillsborough County Aviation Authority (Authority), a public body corporate, issues this Invitation to Quote (Solicitation) for Security Access Control Software Maintenance at Tampa International Airport (Airport). The firms or individuals who submit a quote (singularly Respondent, collectively Respondents) must meet the minimum qualification requirements as specified in Section 4.0, Minimum Qualifications and have the ability to provide the software maintenance services described in this Solicitation. 1.01 Background In October 2003, the Authority installed a security and CCTV system throughout the Airport. Through upgrades and additions to the C-Cure 800 System, the Authority now operates and maintains the Software House C-Cure 9000 Security Access Control System and the Genetec Security Center and Pivot3 Closed Circuit Television (CCTV) Systems (collectively, the System) that today control over 400 doors/vehicle gates, 854 cameras and 6,500 identification badge holders. Annual renewal of the software maintenance support is necessary for the continued operation of the System. 1.02 Contact Information The Authority s Procurement Agent regarding this Quotation is: Christine Rewis crewis@tampaairport.com 813-870-8768 2.0 Scope of Work / Specifications The firm or individual awarded as a result of this Solicitation (selected Respondent) will provide all services specified in this Solicitation in accordance with the terms and conditions contained herein, the terms and conditions of the Authority Contract Purchase Agreement, and the terms and conditions of the manufacturer/developer s software maintenance agreement (SMA) for each software platform. The selected Respondent will be required to provide all software maintenance, including but not limited to, upgrades, patches, trouble-shooting and other operational support for the Software House C-Cure 9000 Security Access Control and Genetec Security Center CCTV platforms. Selected Respondent will provide software maintenance for the following software platforms: Software House C-Cure 9000 Security Access Control Genetec CCTV Security Center Quote No. 14-534-805 INVITATION TO QUOTE Page 4 of 12

3.0 Solicitation Schedule Refer to the Authority s website (www.tampaairport.com > Airport Business > Procurement Department > Current Opportunities) for updated information pertaining to any revisions to this schedule. Scheduled Item Solicitation posted on Authority website (www.tampaairport.com) Quotes Due 4.0 Minimum Qualifications Minimum qualifications have been established as a basis for determining the eligibility of each Quote. A Quote will be considered non-responsive and will not be considered unless sufficient documentation is provided to determine whether the Respondent meets the minimum qualifications listed below. The Respondent must: A. Be currently registered with the Florida Department of State, Division of Corporations, to do business in the State of Florida. (www.sunbiz.org) B. Be registered with the Authority as a Supplier (www.tampaairport.com > Airport Business > Supplier Registration). For general questions concerning the Supplier Registration process call 813-870-8796. C. NOT be listed on the Florida Department of Management Services, Convicted Vendor List, as defined in Section 287.133(3) (d), Florida Statutes. (www.dms.myflorida.com) D. Be a designated Genetec Certified Partner. E. Be a designated Software House Certified Partner. 5.0 Fees and Payment Scheduled Date Wednesday, July 16, 2014, by 5:00 p.m. Monday, July 21, 2014, no later than 2:00 p.m. Respondents notified of award by e-mail Monday, July 21, 2014, by 5:00 p.m. 5.01 Fees Selected Respondent will provide System software maintenance for an annual fee. 5.02 Taxes All taxes of any kind and character payable on account of the work done and/or materials furnished under the awarded Purchase Orders will be paid by the Quote No. 14-534-805 INVITATION TO QUOTE Page 5 of 12

selected Respondent and will be deemed to be included in the Quote. The laws of the State of Florida provide that sales tax and use taxes are payable by the selected Respondent upon the tangible personal property incorporated in the work and such taxes will be paid by the selected Respondent and will be deemed to have been included in the Quote. The Authority is exempt from all State and federal sales, use and transportation taxes. 5.03 Payment and Invoices The selected Respondent will invoice the Authority at the beginning of the term for the annual software maintenance support for the Software House C-Cure 9000 Security Access Control software platform and for the Genetec CCTV Security Center software platform, per the terms of the respective SMA for each software platform. 6.0 Contract 6.01 Contract Purchase Agreement A Contract Purchase Agreement will be issued to the Selected Respondent and will incorporate the respective SMAs for each software platform, a copy of which must be submitted with the Respondent s Quote, approved by the Authority, and executed by both Parties. Additionally, the Contract Purchase Agreement will incorporate the selected Respondent's Quote and any subsequent information requested from the selected Respondent by the Authority. The Authority will transmit the Contract Purchase Agreement to the selected Respondent within seven days of award. 6.02 Term of Contract Purchase Agreement The term of the Contract Purchase Agreement and software maintenance support services is August 1, 2014 through July 31, 2015. 7.0 Solicitation General Terms and Conditions 7.01 Binding Offer A Respondent s Quote will remain valid for a period of 45 days following the Quote Due deadline and will be considered a binding offer to perform the required services and/or provide the required goods. The submission of a Quote will be taken as prima facie evidence that the Respondent has familiarized itself with the contents of this Solicitation. 7.02 Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Quote on a contract to provide any goods or services to a public entity; may not submit a Quote on a contract with a public entity for the construction or repair of a public building or public work; may not submit a Quote on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business Quote No. 14-534-805 INVITATION TO QUOTE Page 6 of 12

with any public entity in excess of the threshold amount provided in Florida Statute Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 7.03 Drug-Free Workplace Program Certification In accordance with Section 287.087, Florida Statutes, whenever two or more Quotes are equal, preference will be given to the Quote received from a business that certifies it has implemented a drug-free workplace program. If none or all of the equal Respondents have a drug-free workplace program, the Respondent whose Quote is stamped with the earliest date and time of receipt will be awarded the Contract Purchase Agreement. Respondents must complete and return the Drug-Free Workplace form included in Appendix A, Quote Form. 7.05 Non-Exclusivity of Purchase Orders The selected Respondent understands and agrees that any resulting contractual relationship is non-exclusive and the Authority reserves the right to contract with more than one Respondent or seek similar or identical services elsewhere if deemed in the best interest of the Authority. 7.06 Collusion More than one Quote from the same Respondent under the same or different names will not be considered. Joint Quotes will not be accepted. Reasonable grounds for believing that a Respondent is submitting more than one Quote will cause the rejection of all Quotes in which the Respondent is involved. Quotes will be rejected if there is reason for believing that collusion exists among Respondents and no participant in such collusion will be considered in any future solicitations for a period of six months following the Quote deadline for this Solicitation. 7.07 Compliance Respondents must comply with all Authority, local, State and federal directives, orders, policies and laws as applicable to this Solicitation and subsequent Contract. 7.08 Governance If any of the language or information in this Solicitation conflicts with language in the Contract as prepared by the Authority, the language of the final Contract, as executed, will govern. 7.09 Public Disclosure All Quotes and other materials or documents submitted by a Respondent in response to this Solicitation will become the property of the Authority. The Authority is subject to the open records requirements of Florida State Statute Chapter 119, and as such, all materials submitted by the Respondent to the Authority are subject to public disclosure. The Respondent specifically waives any claims against the Authority related to the disclosure of any materials if made under a public records request. Quote No. 14-534-805 INVITATION TO QUOTE Page 7 of 12

7.10 Procurement Protest Policy Failure to follow the procurement protest policy set out in the Authority s policies constitutes a waiver of the Respondent s protest and resulting claims. A copy of the procurement protest policy may be obtained by contacting the Authority via telephone at 813-870-8700 or via mail to Hillsborough County Aviation Authority, Post Office Box 22287, Tampa, Florida 33622. The policy is also available on the Authority s website at: www.tampaairport.com > Airport Business > Procurement Department > Supplier Information - Procurement Protest Policy. 7.11 W/MBE Assurance and Participation A. W/MBE Policy. It is the policy of the Authority that woman and minority-owned business enterprises as defined herein will have full and fair opportunities to compete for and participate in the performance of non-federally funded contracts or in the purchase of goods and services procured by the Authority. Business concerns certified as a woman or minority owned business enterprise with Hillsborough County, City of Tampa, or State of Florida Department of Management Services, Office of Supplier Diversity, or as a Disadvantaged Business Enterprise (DBE) under the Florida Unified Certification Program (FLUCP) (collectively, W/MBEs or W/MBE firms) will be eligible to participate on Authority funded contracts as a W/MBE. In advancing this opportunity for W/MBEs, neither the Authority nor those companies doing business with the Authority will discriminate on the basis of race, color, national origin, religion or sex in the award and performance of any Authority contract. Under its W/MBE Policy and Program, the Authority will recognize and encourage W/MBEs to participate as prime contractors or as subcontractors in its construction contracts, architectural and engineering contracts, professional services contracts, and goods and services purchases and contracts. B. Woman and Minority Owned Business Enterprise (W/MBE) Contract Expectancy. No specific W/MBE participation expectancy is established for this Solicitation. However, Respondents are strongly encouraged to propose participation by W/MBEs to perform commercially useful functions of the work required in this Solicitation. To propose W/MBE participation the Respondent must submit a completed W/MBE Assurance and Participation form and attach a Letter of Intent for each W/MBE that is proposed to participate in the awarded Contract at the time the Response is submitted to the Authority. If a Respondent is a W/MBE firm, the Respondent must submit a Letter of Intent for the work the Respondent proposes to self-perform and count toward W/MBE expectancy. Quote No. 14-534-805 INVITATION TO QUOTE Page 8 of 12

C. Eligibility of W/MBEs. To ensure the eligibility of a W/MBE firm proposed to participate in the awarded Contract, the firm must be certified as a woman or minority owned business by the City of Tampa, Hillsborough County, or the State of Florida Department of Management Services, Office of Supplier Diversity, or as a Disadvantaged Business Enterprise by the FLUCP. Proposed W/MBE firms must be certified at the time Responses are received. A directory of certified DBEs and links to the various agency websites that have directories of certified W/MBEs are available on the Authority website at www.tampaairport.com > Airport Business > Business Departments Disadvantaged Business Enterprise (DBE). 7.12 Disclosure of Authority Records The Authority owns all records and documents generated by the selected Respondent pursuant to the Contract and the selected Respondent agrees that it will not, without written approval by the Authority, disclose publicly said records and documents. 7.13 Hold Harmless The selected Respondent, in connection with the services provided herein, will hold the Authority harmless from and against all suits, claims, demands, damages, actions and causes of action of any kind or nature in any way arising from the selected Respondent s performance of the contractual activities and will pay all expenses in defending any claims made against the Authority by reason of performance of the Contract, in accordance with the Indemnification Article in the Sample Contract. 8.0 Quote Requirements 8.01 Solicitation Process This Solicitation will in no manner be construed as a commitment on the part of the Authority to award a Contract. The Authority reserves the right to re-advertise this Solicitation; to postpone or cancel this Solicitation process; to negotiate, select or procure parts of services; to change or modify the Solicitation schedule at any time; and to award a Contract to another Respondent if the selected Respondent does not agree to the terms and conditions of the Contract or if the selected Respondent s performance does not meet the requirements in this Solicitation. The Authority reserves the right to recover damages from any selected Respondent that does not perform after the award of such Contract. 8.02 Rejection of Quotes Quotes containing any omission, alterations of form, additions or conditions not requested, conditional or alternate Quotes unless requested, incomplete Quotes, or Quotes which are not accompanied by an acceptable Quote guaranty collateral such as a Bond, Cashier s or Official Check (collectively referred to as Quote Guaranty), if required, will be considered irregular and may be rejected. The Authority reserves the right to waive any technicalities and formalities in this Solicitation process or in the Quotes thereto and make the award in the best Quote No. 14-534-805 INVITATION TO QUOTE Page 9 of 12

interest of the Authority. The Authority may, at its discretion, reject any or all Quotes. 8.03 Cost of Preparation All costs associated with preparing and delivering a Quote in response to this Solicitation will be borne entirely by the Respondent. The Authority will not compensate the Respondent for any expenses incurred by the Respondent as a result of this Solicitation process. 8.04 Solicitation Compliance It is the responsibility of each Respondent to carefully examine this Solicitation and to judge for itself all of the circumstances and conditions which may affect its Quote. Any data furnished by the Authority is for informational purposes only. The Respondent s use of any such information will be at the Respondent s own risk. Failure on the part of any Respondent to examine, inspect, and be completely knowledgeable of the terms and conditions of this Solicitation and all its attachments, appendices, exhibits and addenda, operational conditions, or any other relevant documents or information will not relieve the Respondent from fully complying with this Solicitation. 8.05 Questions and Addenda A. Each Respondent must examine the Solicitation documents, which incorporates all its addenda, appendices, exhibits and attachments, including the Sample Contract, to determine if the requirements are clearly stated. All questions concerning these Solicitation documents, such as discrepancies, omissions and exceptions to any term or condition of the Solicitation documents, which incorporates all its addenda, appendices, exhibits and attachments, including the Sample Contract, must be submitted in writing to the Procurement Agent prior to the question deadline as stated in Section 3.0, Solicitation Schedule. If the Respondent requests modifications to these Solicitation documents, the Respondent must provide detailed justification for each modification requested. The Authority will determine what changes will be acceptable to the Authority and changes approved by the Authority will be issued in a written addendum as outlined below. No oral interpretation or clarification of the Solicitation documents will be made to any Respondent. It is the responsibility of the Respondent to verify the Authority received its question or modification request concerning this Solicitation. B. All interpretations of and modifications to this Solicitation, including all its addenda, appendices, exhibits and attachments, and any supplemental instructions, will be in the form of a written addendum in order that all Respondents will be given the opportunity of proposing to the same specifications. Any issued addenda will be posted on the Authority s website by the close of business on the date stated in Section 3.0, Solicitation Schedule. Each Respondent will be responsible for monitoring the Authority s website at www.tampaairport.com > Airport Business > Procurement Quote No. 14-534-805 INVITATION TO QUOTE Page 10 of 12

Department > Current Opportunities for new or changing information relative to this Solicitation. Failure of any Respondent to acknowledge an issued addendum in its Quote will not relieve the Respondent from any obligation contained therein. No allowance will be made after Quotes are received for any oversight by a Respondent. 8.06 Public Opening of Quotes and Public Records This is an informal Solicitation, therefore, no public opening will be held. All Quotes will be available for review upon Award. 8.07 Government Entities The Authority reserves the right to utilize applicable State of Florida contracts or other approved cooperative contracts for any items or services covered by this Solicitation when it is in the best interest of the Authority. The selected Respondent agrees to make available to all governmental agencies, authorities, departments, and municipalities the Quote prices submitted with the selected Quote should any governmental agency, authority, department, and municipality (collectively referred to as Public Entities) desire to buy under the successful Quote. The Authority will not be responsible for any transactions between the selected Respondent and Public Entities that may elect to utilize the successful Quote. All terms, prices and conditions of the successful Quote will apply between the Respondent(s) and Public Entities utilizing the successful Quote. As a condition of using the successful Quote, the Public Entity and selected Respondent shall hold the Authority harmless from any claims or lawsuits that may arise. NOTE: Any quantities estimated in this Solicitation are for the Authority only. 8.08 Withdrawal of Quote Prior to the Quote Receiving Date, the Respondent may withdraw their Quote upon written request. Withdrawn Quotes will not be returned. All Quotes will be considered received by the Authority and are subject to the Florida Public Records Act. Respondent agrees to not withdraw its Quote for a period of ninety days after the date on which the Quotes are opened. If a Quote Guaranty is required and the Quote is withdrawn before the expiration of said period, then the full amount of the Quote Guaranty accompanying the Quote shall be paid into the funds of the Hillsborough County Aviation Authority. Furthermore, if the Quote is accepted by the Authority and the undersigned fails to accept the terms and conditions of the Contract, fails to obtain the required insurance or otherwise fails to comply with the requirements of the Solicitation documents, within fifteen days after being notified of the award, the Authority may, at its option, determine that the undersigned Respondent has abandoned the Quote award, that said Quote No. 14-534-805 INVITATION TO QUOTE Page 11 of 12

Respondent's Quote shall be null and void, and that the full amount of the Quote Guaranty accompanying the Quote shall be paid into the funds of the Authority. Otherwise, the Quote Guaranty will be returned to the undersigned. [The remainder of this page was intentionally left blank] Quote No. 14-534-805 INVITATION TO QUOTE Page 12 of 12

Appendix A Quote Form Cover Page The Quote Form is a locked fillable form and is provided separately with this Solicitation on the Authority s website and is titled Quote Form. Refer to Appendix B, Quote Form Instructions, to complete the Quote Form. www.tampaairport.com/airport_business/procurement/index.asp > Current Opportunities ITQ No. 14-534-805, Security Access Control Software Maintenance Quote Form Security Access Control Software Maintenance Appendix A Quote Form Cover Page ITQ 14-534-603 INVITATION TO QUOTE Page 1 of 1

Appendix B Quote Form Instructions Hillsborough County Aviation Authority ITQ No. 14-534-805 Security Access Control Software Maintenance

Quote Form Instructions 1. Response General Instructions Respondents are advised to carefully follow the instructions listed below in order to be considered fully responsive to this Solicitation. Any Quote received after the Quote Due date as stated in the Solicitation, Section 3.0, Solicitation Schedule, will be deemed non-responsive. 2. Procurement Agent The contact information for the Procurement Agent assigned to this Solicitation is: Christine Rewis crewis@tampaairport.com 813-870-8768 3. Questions All questions concerning the Solicitation documents, such as discrepancies, omissions and exceptions to any term or condition, must be submitted in writing to the Procurement Agent. 4. Quote Form The Respondent must complete Appendix A, Quote Form, and provide any other appendices, attachments, acknowledgments, or documentation required in the Quote Form. The Quote Form is a locked, fillable form in Microsoft format provided on the Authority s website at www.tampaairport.com > Airport Business > Procurement Department > Current Opportunities. Alteration of the Quote Form or use of any other form may render the Respondent s Quote void. Use the TAB key to move within the document and type the response in the area provided for each item or click the mouse in the appropriate check box to select the applicable response. 5. Number of Quotes 1 Original response via email only, prior to the date and time as stated in the Solicitation, Section 3.0, Solicitation Schedule. END OF INSTRUCTIONS Appendix B - Quote Form Instructions ITQ No. 14-534-805 INVITATION TO QUOTE Page 2 of 2

Appendix C Mistakes That Could Cost You! A mistake can cause your quote or proposal to be rejected. Stay in the running for the next contract opportunity by avoiding these common mistakes when responding to a solicitation: 1. Delivering the quote/proposal after the deadline. The solicitation will include the specific date, time, and location that the quote/proposal is due. If a full and complete submission is not received as specified, it will be rejected. 2. The quote/proposal response form is not complete or has been altered. The solicitation will include a quote/proposal response form that is to be fully completed and not altered or substituted. If the quote/proposal response form is altered, substituted, or incomplete, your quote/proposal could be disqualified. 3. Assuming the Authority will not check information provided. The Authority will check the information you provide. If the information is incorrect, your quote/proposal could be disqualified. 4. Failing to provide information asked for in the Minimum Qualifications section of the solicitation. A solicitation may require information above and beyond simply the price. For example, a solicitation may require audited financial statements or narratives relative to prior experience to demonstrate an ability to perform the project. Providing the minimum qualifications information in the form and with the content required by the solicitation is critical to keeping your quote/proposal in consideration. If you do not fully demonstrate that you meet the minimum qualifications, your quote/proposal will be disqualified. Appendix C - Mistakes That Could Cost You ITQ No. 14-534-805 INVITATION TO QUOTE Page 1 of 5

5. Failing to provide information about past experience working with the Authority. Another frequent mistake is assuming that you do not have to provide information about past experience with the Authority. Even if your company has the current contract or has done business with the Authority in the past, you must respond to all questions and provide answers as if the Authority has never done business with your company. Incomplete responses may result in rejection or a lower score for that component. 6. Assuming the Authority will know what you intended. Quoteders or proposers often inadvertently check the wrong box or leave a line blank and assume that the Authority can interpret the quoteder or proposer s actual intent. Careful attention should be given when completing quote/proposal forms. The Authority can only evaluate the information as provided in your response. 7. Not raising questions regarding minimum specifications. Minimum specifications are drafted based on the best information available to the Authority. Sometimes there can be a problem with the minimum specifications in a solicitation. Problems can be substantive, cause vagueness, or be based on erroneous parameters. For example, in a recent solicitation the Authority requested quotes for vehicles with conflicting minimum door opening and fuel tank sizes. After receipt of the quotes, it was determined that no one manufacturer could meet both requirements. If a potential quoteder had raised a question regarding the minimum specifications, an addendum could have been issued to correct the requirement. If you have a question concerning requirements, terms, or procedures, submit your question to the Procurement Agent listed in the solicitation prior to the deadline stated in the solicitation. All questions and answers will be included in an addendum to the solicitation and posted with the solicitation documents on the Authority s website at www.tampaairport.com > Airport Business > Procurement Department > Current Opportunities. Each addendum is posted as soon as the answers have been confirmed and no later than the deadline for posting addenda as listed in the solicitation document. You should note that the deadline to submit questions regarding clarifications or the specifications usually comes up very quickly after a solicitation is posted. Appendix C - Mistakes That Could Cost You ITQ No. 14-534-805 INVITATION TO QUOTE Page 2 of 5

8. Failing to include required insurance. A solicitation may require you to demonstrate the ability to acquire certain insurance coverage. Questions concerning insurance should be directed to the Procurement Agent listed in the solicitation. 9. Failing to include a proper quote bond or proposal guarantee. The solicitation may require a quote bond or proposal guarantee to be submitted with your quote or proposal. The type and form of the bonds specified should be carefully reviewed in order that the bonds submitted provide the correct coverage and include the signature and license number of a Florida licensed agent. You should verify that the Florida licensed agent you use is authorized to represent the surety and are on file with the Florida Department of Financial Services regardless of whether or not the Power of Attorney lists them. For more information visit http://www.fldfs.com. 10. Proposing participation by an uncertified Disadvantaged Business Enterprise (DBE), Airport Concession Disadvantaged Business Enterprise (ACDBE) or Woman and Minority Owned Business Enterprise (W/MBE) to meet a goal/expectancy. A common mistake is to propose a W/MBE when the solicitation requires participation by a certified DBE or ACDBE. Another frequent error is to propose a DBE, ACDBE or W/MBE that is not certified for the type of work proposed. The Authority will check the status of the DBE, ACDBE or W/MBE within 48 hours of quote/proposal opening. Proposing an uncertified DBE, ACDBE or W/MBE could lead to rejection of your quote/proposal. Do not rely on a subcontractor s oral representations concerning their certification status. Verify DBE, ACDBE or W/MBE status before submitting a quote/proposal response by reviewing and including a current letter of certification. Submit all questions regarding ACDBE, DBE or W/MBE to the Procurement Agent listed in the solicitation. 11. Submitting an incomplete Letter of Intent. Letters of intent proposing participation by a DBE or W/MBE must be completed and signed by both the prime contractor and the DBE or W/MBE. Failure to include the signature of the DBE or W/MBE could result in rejection of the quote/proposal. Appendix C - Mistakes That Could Cost You ITQ No. 14-534-805 INVITATION TO QUOTE Page 3 of 5

12. Including exclusions or modifications. Quotes/proposals containing qualifying language such as limitations or exceptions to the solicitation will be subject to rejection. 13. The price or cost proposal form is not complete or has been altered. The Authority must be able to ascertain your price. Ambiguities or incomplete pricing will generally lead to a rejection of the quote/proposal. Use the forms from the solicitation or addenda do not recreate them! 14. Cutting and pasting without editing. A common error is to copy information from a previous quote/proposal response and paste it into a new quote/proposal response without proofing to ensure that the information is specific to the new solicitation. If the error results in the failure to provide the information required in the new solicitation, the quote/proposal response may score lower for that component or could cause the quote/proposal to be rejected. 15. Providing information that is not legible, too small or blurry. If it cannot be read, it cannot be considered. 16. Failing to register with the Authority. Ensure your company is registered on the Authority s Supplier Registration Database. The Supplier Registration Database can be found on the Authority s website at www.tampaairport.com > Airport Business > Supplier Registration. 17. Failing to acknowledge addenda. Ensure that all addenda have been downloaded from the Authority s website and receipt of each has been acknowledged on the Acknowledgement of Addenda form. Failure to submit the completed Acknowledgement of Addenda form acknowledging all issued addenda may result in the Respondent being deemed non-responsive. Appendix C - Mistakes That Could Cost You ITQ No. 14-534-805 INVITATION TO QUOTE Page 4 of 5

18. Failing to sign. Ensure that the required signatures are on the required line of the quote/proposal form. Pay attention to sections that require the same signature as the quoteder/proposer such as DBE, ACDBE or W/MBE forms. By following these steps, you can prevent avoidable mistakes that could disqualify your next quote or proposal. Appendix C - Mistakes That Could Cost You ITQ No. 14-534-805 INVITATION TO QUOTE Page 5 of 5