SUBMISSION REQUIREMENTS



Similar documents
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT

SUBMISSION REQUIREMENTS LANDSIDE & AIRSIDE TERMINALS.

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

CITY OF BONITA SPRINGS, FLORIDA RFP #

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

St. Andrews Public Service District

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

Puget Sound Regional Council

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

INDEPENDENT CONTRACTORS AGREEMENT

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Sidewalk Rehabilitation Program

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Ocoee, FL July 01, 2016 Advertisement No. 1

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

Town of Montreat Buncombe County, North Carolina

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Requirements for Qualifications Package Submittals

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

PITTSBURG UNIFIED SCHOOL DISTRICT

Planning and Community Development Department 214 North Center Street Goldsboro, NC (919) October 1, Dear Prospective Bidder:

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

1. Applicants must provide information requested in the section titled Required Information.

QSP INFORMATION AT A GLANCE

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

Detroit Land Bank Authority. Request for Proposals: Call Center Services

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Unified School District No. 489 Request For Proposals

TOWN OF SCITUATE MASSACHUSETTS

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Air Conditioning Maintenance Services

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR LETTER OF INTEREST For Lobbying Services for City Mayor and Council Office CM QSP

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION

REQUEST FOR QUOTES (RFQ)

REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

Request for Proposals for Upgraded or Replacement Phone System

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

PROPOSAL COVER SHEET

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

CHAPTER PUBLIC IMPROVEMENT BIDS AND CONTRACTS

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT / LIABILITY INSURANCE BROKER OF RECORD SERVICES. ISSUE DATE: Thursday October 20, 2011

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

CITY COMMISSION LARGO, FLORIDA REQUEST FOR QUALIFICATIONS (RFQ) FOR DATA CENTER DESIGN SERVICES. RFQ #: 11-Q-375 DATE: July 8, 2011

Transcription:

GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS For scope of services and information regarding the Pre-Submittal Conference, refer to the Advertisement for subject services, which is available on-line at the Authority's web site: http://www.orlandoairports.net/construction Proposers and their key personnel must be experienced in performing similar services for projects of a scope and nature comparable to the Project. Written inquiries shall be directed to Mr. David Epling, PMP, OAR Project Manager, Greater Orlando Aviation Authority, Orlando International Airport, 5855 Cargo Road, Orlando, Florida 32827-4399, fax number (407) 855-3531, Email BP-459Shortlist@goaa.org. Questions received after close of business on Wednesday, March 30, 2016, will not be answered. Interested Proposers are requested to submit twelve (12) printed copies and one (1) electronic PDF version* on compact disk (or single-layer DVD) of the Statement of Qualifications (SOQ) up to 2:00 p.m. local time on Thursday, April 7, 2016, to the Receptionist Office, Greater Orlando Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, FL 32827. Any SOQ received after the time and date stated above will not be considered and will be returned unopened. SOQs shall be submitted in sealed packages, clearly labeled Statement of Qualifications for Contractors for BP-459 Secured Area Access Point CCTV Improvements. *PDF submission requirements: All documents shall be PDF/A compliant. PDF/A compliant documents have embedded fonts and do not reference external files. Layers shall not be preserved from CADD drawings. Scanned documents shall be created as PDF/A compliant, made text searchable and have a minimum resolution of 300 dpi. Submittals in PDF format shall have navigational bookmarks inserted in lieu of any tabs required in the hard copy. The entire submittal shall not exceed a single layer DVD disc. In cases where there are discrepancies between the PDF and hard copy, the hard copy shall take precedence. Statement of Qualifications (SOQ) in print form shall include the following: one (1) volume, addressing each numbered subsection in the order requested, indexed and clearly identified. The information submitted for items 1-2 (excluding tabs) shall not exceed 25 onesided 8 1/2 x11 pages in Arial font with no smaller than 12 pitch font. Letters of Interest that are not in compliance with the requirements may be downgraded accordingly. 1. Proposer s Statement of the following: BP-459 Page 1 of 7

a) The name and address of the legal entity that will contract with the Authority if awarded the Agreement for the Project. b) Name, address, Email address and telephone/fax numbers of one (1) individual to whom all future correspondence and/or communications will be directed. c) A statement declaring the type of business relationship the Proposer will use (i.e., a single company, joint venture or other form of business relationship to perform the services for the Projects). If the Proposer is a joint venture or partnership, the Qualifying Experience in Section 2 may be satisfied by the Joint Venture, Partnership entity, or any member entity thereof. Please state whether the entity is currently in existence, is being formed specifically for this project, or whether it will be formed upon award. If it is formed specifically for this project or will be formed upon award, please provide a copy of the Joint Venture or Partnership Agreement. Important for Joint Ventures or Partnerships: i. the Joint Venture or partnership must hold, in the name of the Joint Venture or partnership, the professional license as set forth in Section 6 below, and ii. the Joint Venture or partnership must be the proposed policyholder of the insurance required in Section 4 below. 2. An executive brief identifying: a) A narrative that addresses the following on why the Proposer should be selected for this project: 1. Prior experience working in an operating airport with emphasis on construction in and around active secured areas, including identification of the major challenges expected and how these challenges will be successfully resolved on this project, and 2. Prior experience working with the Airport Security, Transportation Security Administration (TSA) and Customs and Border Protection (CBP), and 3. The Proposer s experience with Security Sensitive Information (SSI) and how SSI documents will be properly managed. b) A two (2) page description of the Proposer s quality control program for construction. c) Outline of the key personnel the Proposer intends to use in performing the required Services under the proposed Agreement. At a minimum, identify the project manager and superintendent. Include the following information on the key personnel: BP-459 Page 2 of 7

1. A detailed narrative role description for key personnel proposed for these Services. 2. Resumes for key personnel showing the experience on comparable services or other relevant experience. 3. Include a statement that Proposer will assign the proposed key personnel in the roles proposed in the SOQ in the event Proposer becomes the successful bidder. d) A Project Experience Summary detailing current and past projects. It is preferred that the submitted projects be of a similar nature and completed during the past five (5) years with a minimum construction value of not less than one million dollars ($1,000,000). Include the following: 1. The estimated construction value for each project. 2. Specify the key personnel s name, title, and description of his/her role on the listed projects. 3. Project completion date. 4. The name, title, address, Email address and phone/fax numbers for a reference contact person of the Proposer s client who is familiar with the Proposer s role on that project. e) Provide additional projects and appropriate detail that the Proposer believes would enhance Proposer s demonstration of experience; 1. Reference checks will be conducted on these projects. 3. All Proposers are hereby notified that they must comply with the Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26, as referenced in the Authority s DBE Participation Program. The Policies, Forms and certified DBE Directory are available on-line at the Authority s web site: http://www.orlandoairports.net/small_business This Contract is subject to: 1) minimum wage rates established by the Secretary of the U.S. Department of Labor since federal funds are being used to finance part of the project, 2) Executive Order 11246 as of September 1965, as amended, and to the EEO clause, and 3) affording women equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. The Proposer shall prepare a written action plan that demonstrates the Proposers understanding of the participation program and show how the Proposer proposes BP-459 Page 3 of 7

to achieve the participation goals for the Project and submit proposed DBE Participation Schedule showing where proposed participation could be achieved. For this Project, the Authority has established an estimated DBE Participation Goal of 20%. Questions concerning the DBE program can be addressed to the Aviation Authority's Office of Small Business Development, Attn. Mr. George Morning, Director, Greater Orlando Aviation Authority, Orlando International Airport, 5850- B Cargo Road, Orlando, FL 32827; Phone: (407) 825-7130, Email: george.morning@goaa.org, or to Mr. Somdat Jiawan, Manager, Small Business Programs, at Phone: (407) 825-3481, Email: sjiawan@goaa.org. Proposers shall be solely responsible for confirming all DBE Subcontractors' experience, capacity, certification and any other information related to their participation on the Project. 4. Provide evidence of the Proposer s ability to provide the following insurance coverage, either by means of an existing policy or by virtue of a project specific endorsement: a) General and Contractual Liability - $5,000,000, with maximum deductible or maximum self-insured retention of $100,000. The Policy shall include Completed Operations Coverage for ten (10) years following completion per the period of Florida statutory liability (Florida Statutes 95.11), with no ISO Form 2294 Rider or other subcontractor error exclusion. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. b) Automobile Liability - $5,000,000, with maximum deductible or self-insured retention in an amount not exceeding $100,000. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. c) Worker s Compensation - (statutory limit) and Employer s Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee Policy terms must be acceptable to the Authority and must comply with the Authority s requirements for insurance. 5. Provide an acknowledgement by the Proposer s Surety of the Proposer s ability to provide 100% Performance and Payment Bonds for a minimum of three million dollars ($3,000,000) for a single project together with evidence for maximum single project bonding capacity and Proposer s aggregate bonding capacity. The Surety must be rated no less than A- as to management and no less than VIIl as to strength, by the latest edition of Best s Insurance Guide, published by A.M. Best Company, Post Office Box 1107, Summit, New Jersey 07901. Information shall be provided by the Surety on behalf of the Proposer. BP-459 Page 4 of 7

6. Proposers must be licensed in accordance with Florida State law and shall be familiar with all applicable federal, State of Florida, Orange County, Florida, and City of Orlando codes, regulations and laws. Include the following: a) Provide evidence of the proper applicable licenses, including a copy of the active general contractor s license or active electrical contractor s license and license to do business in the State of Florida. b) Provide a copy of the Florida Secretary of State Certification. c) Provide evidence that the Proposer or a member of the Proposer s Team is a certified reseller, installer and integrator of Qognify (formerly NICE Security) products and software. 7. Identify all instances within the past 5 years where the Proposer or its team members have failed to comply with or been the subject of an investigation of an alleged violation of state or federal laws related to permitting, environmental, or equal employment regulations, safety issues or contract crime (involving fraud, bribery, collusion, conspiracy, or material misrepresentation). 8. Additional Information - Any additional information, which may be requested by the Authority at the Pre-Submittal Conference. EVALUATION AND AWARD CRITERIA Following submission, the Authority s Professional Services Committee (PSC) intends to shortlist no less than three (3) Proposers that are deemed the most qualified to perform the required services. Among the factors that may be considered in selecting the Proposers who will be shortlisted are their qualifications, approach to the Project, ability to provide the required services, prior experience on similar projects, their past performance with the Authority (if applicable), their past performance with other entities, level and quality of small business participation, and the responses to the inquiries set forth above in this RFQ and the SOQs. The evaluation of past performance may include such factors as: whether the past projects were completed on time, within budget, and without an unreasonable number or amount of claims, whether the firm timely paid its subcontractors and suppliers, whether the firm has breached any contract with the Authority or any other public entity, whether the firm properly participated in any required mediation or dispute review board procedure, and the Authority s overall satisfaction with the firm s past and current compliance with the contract requirements. The PSC, at its sole discretion, reserves the right to interview some or all of the Proposers. The PSC also reserves the right to solicit from available sources relevant information concerning a Proposer s past performance. The PSC may consider all such information in its selection of short listed Proposers. The Authority s intent is to limit the number of short listed Proposers to not less than three (3) firms. The short listed Proposers will then be provided with a bid package that includes the construction plans and specifications necessary for preparation and submission of bids. The bids will be evaluated by the Authority s Construction Committee, which is anticipated to make BP-459 Page 5 of 7

a recommendation to the Authority s Board to award the contract to the lowest bid that is responsive and responsible to Owner. The Authority reserves the right to waive any informality in the SOQ, to reject any and all SOQs, to re-advertise for SOQs or to elect not to proceed with the Project for any reason. All recommendations and decisions regarding award of the Project shall be made at open public meetings in accordance with the requirements of Florida Statute 286.011, and all interested parties are invited to attend such meetings. In accordance with Florida Statute 287.055 (10), the Authority declares that all or any portion of the documents and work papers prepared and submitted pursuant to this invitation shall be subject to re-use by the Authority. Only those Proposers submitting SOQs, which meet the requirements herein will be considered for the contemplated services, regardless of past contact with the Authority, or other agencies, departments or staff personnel. ADDITIONAL INFORMATION Proposer s personnel will be required to meet the Greater Orlando Aviation Authority s (Authority) requirements for security background checks. All personnel requiring unescorted access to a secure or sterile area of the airport must undergo a Criminal History Records Check (CHRC) and are subject to the requirements of Title 49 of the Code for Federal Regulations Part 1542 or 1544 and the Airport Security Improvement Act of 2000. The U.S. Customs Border Protection (CBP) spaces, including the Federal Inspection Stations (FIS) at Orlando International Airport, require CBP approval for access, regardless of the time of day. All persons entering the FIS must be vetted and approved by U.S. Customs and Border Protection before obtaining either a temporary badge or a CBP hologram designation on their ID Badge. Contractors, under contract with the Authority, are permitted to apply for a CBP Hologram designation on GOAA Security Photo ID badges. Proposers are hereby advised that individuals, who conduct lobbying activities with Aviation Authority employees or Board members, must register with the Aviation Authority each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff, who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members, is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Aviation Authority Board makes an award. As adopted by the Aviation Authority Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Aviation Authority Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Director of Board Services within seven (7) calendar days of such lobbying. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. BP-459 Page 6 of 7

Pursuant to Section 287.133(2)(a), Florida Statutes, interested Proposers who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services in excess of the threshold amount set forth in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a Statement of Qualification, the Proposer certifies that it is not included on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Authority Contracts require Contractors/Consultants to comply with the requirements of E- Verify. Contractor/consultants will be required to utilize the U.S. Department of Homeland Security s Employment Eligibility Verification System (e-verify), in accordance with the terms governing the use of the system, to confirm the employment eligibility of persons employed by the Contractor/Consultant, during the term of the Contract, to perform employment duties within Florida. Prime Contractors/Consultants are required to include an express provision in their Subconsultant/Subcontractor Agreements requiring the Subconsultants/Subcontractor to do the same. GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher Aviation Authority Chairman BP-459 Page 7 of 7