DALLAS FORT WORTH INTERNATIONAL AIRPORT
Board Meeting
February 3, 2022
8:30 a.m.
Meeting Place
2400 Aviation Drive
Board Room DFW Headquarters Building
DFW Airport, TX 75261
Please be aware that due to COVID-19 restrictions, seating will be limited in the Airport Board Room.
An overflow room will be set up. A face mask must be worn at all times. Please also observe social
distancing while in the building. Should you wish to attend virtually, please follow the instructions below:
Public Listening:
To enable video:
1. On your computer or tablet device, open the following link:
https://e-meetings.verizonbusiness.com/nc/join.php?i=PWXW2607636&p=1158861&t=c
2. It is best if you use Google Chrome or download the WebEx Software to your device.
3. Google Chrome may ask you to install a WebEx extension, please do install it.
4. Until the meeting begins, you may not see any video or may see a blank screen.
To enable audio:
1. On your phone, dial 800-779-1640.
2. When prompted, enter the code 1158861#.
3. You will then hear the audio of the meeting. Please note that it may be silent until the meeting
begins.
Requests for interpretive services must be made 48 hours prior to this meeting by contacting Donna
Schnell at 972 973-5752 or BoardSecretary@dfwairport.com or T.D. 1-800-RELAY-TX (1-800-735-
2989) for information or assistance.
To register to speak please call 972 973-5752 by 5:00 p.m. on February 2, 2022.
***Meeting has been cancelled***
February 3, 2022 Board Meeting Agenda Page 2 of 6
This meeting location is accessible. Requests for accommodations or interpretive services must be
made 48 hours prior to this meeting by contacting Donna Schnell at 972 973-5752, or T.D. 1-800-
RELAY-TX (1-800-735-2989) for information or assistance.
For DFW Airport Board Meeting Information or to register to speak at a Board Meeting, please call
972 973-5752 by 5:00 p.m. the day before the meeting.
Consent Agenda all items under this heading are a part of the Consent Agenda and require little or
no deliberation by the Board. Approval of the Consent Agenda authorizes the Chief Executive Officer
or his designee to implement each item in accordance with staff recommendation.
A closed executive session may be held with respect to a posted agenda item if the discussion
concerns one of the following:
1. Contemplated or pending litigation or matters where legal advice is requested of the Board’s Legal
Counsel. Texas Government Code Section 551.071.
2. Discussion concerning sale or lease of real property, or negotiated contracts for donations to the
Board, when such discussions would have a detrimental effect on the negotiating position of the
Board. Texas Government Code Section 551.072.
3. Personnel matters involving discussions of the qualifications or performance of identifiable
individuals already employed or being considered for employment by the Board. Texas
Government Code Section 551.074.
4. The deployment, or specific occasions for implementation, of security personnel or devices.
Texas Government Code Section 551.076.
- - - -
AGENDA
A. Invocation Chaplain DD Hayes
B. Pledge of Allegiance
C. Election of Officers
D. Announcements
E. Financial Report Chris Poinsatte
F. Approve Minutes of the Regular Board Meeting of January 6, 2022
February 3, 2022 Board Meeting Agenda Page 3 of 6
OPERATIONS COMMITTEE
1.
Consent Items for Consideration
Bobby Rodriguez
2.
Action Items for Consideration
Tammy Huddleston
3.
4.
5.
6.
7.
8.
9.
February 3, 2022 Board Meeting Agenda Page 4 of 6
Smitha
Radhakrishnan
Bobby Rodriguez
10. Approve execution of Contract No. 8500399, for Airport Planning
Services, with Airport Transformation Collaborative, of Dallas, Texas,
in an amount not to exceed $25,000,000.00, for the five-year term of
the Contract.
11. Approve execution of Purchase No. 278471, for CNG Passenger
Buses, to Creative Bus Sales, Inc., of Irving, Texas, in the amount of
$2,130,824.00.
12. Approve execution of Purchase No. 278470, for Fleet Vehicles, to
Caldwell Country Chevrolet, of Caldwell, Texas, in the amount of
$3,133,581.03.
13. Approve execution of a deductive Change Order to Contract No.
7006752, for Skylink Automatic Train Control Replacement, with
Alstom Group of Pittsburgh, Pennsylvania, in a deductive amount not
less than ($600,000.00), for a revised not to exceed amount of
$33,398,000.00.
Discussion Items
Tammy Huddleston
14.
15.
FINANCE/AUDIT COMMITTEE
16.
Abel Palacios
17.
Chris Poinsatte
18.
Consent Items for Consideration
Bruce Collins
19.
Action Items for Consideration
Catrina Gilbert
20.
February 3, 2022 Board Meeting Agenda Page 5 of 6
21.
Donnell Harvey
22.
23.
24.
Discussion Item
Aaron Munoz
25.
Tamela Lee
26.
Bruce Collins
27.
CONCESSIONS/COMMERCIAL DEVELOPMENT COMMITTEE
28.
Consent Items for Consideration
Zenola Campbell
29.
30.
Action Items for Consideration
Dean Ahmad
31.
February 3, 2022 Board Meeting Agenda Page 6 of 6
Sharon McCloskey
32.
FULL BOARD
CLOSED SESSION
33.
OPEN SESSION
34.
35.
Operations Committee Meeting Agenda February 1, 2022 Page 1 of 2
AGENDA
OPERATIONS COMMITTEE MEETING
Tuesday, February 1, 2022
12:30 p.m.
OPERATIONS COMMITTEE
1.
Approve Minutes of the Operations Committee Meeting of January
4, 2022.
Consent Items for Consideration
Bobby Rodriguez
2.
Approve execution of Contract No. 7007163, for Condenser Water
Treatment, with ChemTreat, Inc., of Glen Allen, Virginia, in an
amount not to exceed $91,712.00, for the initial one-year term of the
Contract, with options to renew for four additional one-year periods.
Action Items for Consideration
Tammy Huddleston
3.
Approve execution of Contract No. 9500747, for North Sludge Pond
Reconstruction, with Gilbert May, Inc. dba Phillips/May Corporation,
of Dallas, Texas, in an amount not to exceed $774,333.00, for
the150 calendar day term of the Contract.
4.
Approve execution of Contract No. 9500751, for Terminal A, B, C, D
and E Uninterrupted Power Supply Replacements, with Real
Network Services, Inc., of Dallas, Texas, in an amount not to exceed
$1,643,004.00, for the 220-calendar day term of the Contract.
5.
Approve execution of Contract No. 9500764, for Soil Slopes
Remediation - Air Operations Area Sites, with Ragle, Inc., of North
Richland Hills, Texas, in an amount not to exceed $1,928,687.00, for
the 210-calendar day term of the Contract.
6.
Approve execution of Contract No. 9500773, for Soil Slopes
Remediation - Landside Sites, with Ragle, Inc., of North Richland
Hills, Texas, in an amount not to exceed $4,438,591.15, for the 210-
calendar day term of the Contract.
7.
Approve execution of Contract No. 9500749, for Terminal D Sanitary
Sewer Lift Stations, with Real Network Services, Inc., of Dallas,
Texas, in an amount not to exceed $2,355,817.00, for the 250-
calendar day term of the Contract.
Operations Committee Meeting Agenda February 1, 2022 Page 2 of 2
Smitha
Radhakrishnan
Bobby Rodriguez
8. Approve an increase to Contract No. 9500698, for Runway 18R-36L
Rehabilitation, with Austin Bridge & Road, LP, of Irving, Texas, in an
amount not to exceed $3,503,000.00, for a revised not to exceed
Contract amount of $125,473,673.37.
9. Approve execution of Contract No. 8500398, for Program
Management/Construction Management Services Civil Airside, with
Airfield Management Partners, of Dallas, Texas, in an amount not to
exceed $30,000,000.00, for the five-year term of the Contract.
10. Approve execution of Contract No. 8500399, for Airport Planning
Services, with Airport Transformation Collaborative, of Dallas,
Texas, in an amount not to exceed $25,000,000.00, for the five-year
term of the Contract.
11. Approve execution of Purchase No. 278471, for CNG Passenger
Buses, to Creative Bus Sales, Inc., of Irving, Texas, in the amount of
$2,130,824.00.
12. Approve execution of Purchase No. 278470, for Fleet Vehicles, to
Caldwell Country Chevrolet, of Caldwell, Texas, in the amount of
$3,133,581.03.
13. Approve execution of a deductive Change Order to Contract No.
7006752, for Skylink Automatic Train Control Replacement, with
Alstom Group of Pittsburgh, Pennsylvania, in a deductive amount not
less than ($600,000.00), for a revised not to exceed amount of
$33,398,000.00.
Discussion Items
Tammy Huddleston
14.
There are no Construction and Professional Services Contract
increase(s) approved by authorized staff for this reporting period.
15.
There are no decrease(s)/increase(s) in Scope of Work approved by
authorized staff for this reporting period.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Condenser Water Treatment
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007163, for Condenser
Water Treatment, with ChemTreat, Inc., of Glen Allen, Virginia, in an amount not to exceed $91,712.00, for
the initial one-year term of the Contract, with options to renew for four additional one-year periods.
Description
Award a Contract for Condenser Water Treatment in support of the Airport's Energy, Transportation
& Asset Management Department.
Justification
Replaces an existing Contract that has been in place for five years.
The Airport receives reclaimed water from Fort Worth's Village Creek Wastewater Plant.
The Airport's Energy Plaza is the only facility in the DFW Metroplex that uses reclaimed water in its
cooling towers as a source of makeup water.
By using reclaimed water Airport staff expects to save approximately 100,000,000 gallons of potable
water annually.
Additionally, Airport staff has identified the various chemical formulas required to stabilize metal ions
and passivate surfaces in the reclaimed water to prevent corrosion on energy production equipment.
Chemical blends are designed specifically for the unique characteristics of the reclaimed makeup
water.
These products prevent corrosion damage to the condenser water/cooling system that provides air
conditioning to the Terminals.
D/S/M/WBE Information
The annual goal for the MWBE Program is 31%
N/A - Not subject to a goal per the Board's M/WBE Policy due to the nature of the procurement.
(Goods/Finished Products).
Schedule/Term
Start Date: February 2022
Contract Term: One year with four one-year renewal options
Contract # Agreement # Purchase Order # Action Amount Revised Amount
7007163 NTE $91,712.00 $0
For Information contact
Robert Rodriguez
3-1783
David Foster
3-2988
Fund Project # External Funding Source Amount
Operating Fund $91,712.00
Resolution #
Additional Information
Two Bids, none from M/WBE firms, were received on or before the due date of December 15, 2021.
Bid tabulation attached
ChemTreat, Inc., of Glen Allen, Virginia, is the lowest responsive, responsible Bidder.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007163, for Condenser
Water Treatment, with ChemTreat, Inc., of Glen Allen, Virginia, in an amount not to exceed $91,712.00, for
the initial one-year term of the Contract, with options to renew for four additional one-year periods.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 8:55 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:06 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:44 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Energy & Transportation Mgmt
Jan 19, 2022 1:49 pm
Pending
Chief Executive Officer Date
Contract No. 7007163
Condenser Water Treatment
Bid Tabulation
Bidders
Bid Amount
ChemTreat, Inc.
N1
Glen Allen, Virginia
$91,712.00
Nalco Water, an Ecolab Company
Naperville, Illinois
$264,966.00
Note:
1. The bid price variance is attributed to the Bidder providing its
services at no additional cost to the Airport and will be included in
the Contract amount.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
North Sludge Pond Reconstruction
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500747, for North
Sludge Pond Reconstruction, with Gilbert May, Inc. dba Phillips/May Corporation, of Dallas, Texas, in an
amount not to exceed $774,333.00, for the150 calendar day term of the Contract.
Description
Award a Contract for North Sludge Pond Reconstruction in support of the Airport.
Justification
The intent of this project is to replace the clay liner in the north sludge pond and add a concrete pad
beneath the utilities tower and wing walls beneath the walkway.
The sludge ponds serve as a settling basin for solids that are wasted from the pretreatment plan's
clarifiers.
In addition, sludge removed from the cleaning of the first flush system (fuel separators, stormwater
inlets, first flush piping) are also discharged into these ponds. Once the solids have settled in the
ponds, they can be cleaned out as needed.
In order to meet state regulations for environmental quality, the liner must be replaced to maintain the
integrity of the sludge pond.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 36%.
Gilbert May, Inc. & Phillips/ May Corporation a certified Minority Business Enterprise (HM-C), has
committed to achieving 36.16 % through self-performance.
Schedule/Term
Start Date: February 2022
Contract Duration: 150 calendar days
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500747 NTE $774,333.00 $0
For Information contact
Tammy Huddleston
3-6132
Troy Fox
3-1725
Fund Project # External Funding Source Amount
DFW Capital Acct 26881-01 $774,333.00
Resolution #
Additional Information
One Bid, from an M/WBE firm, was received on or before the due date to August 27, 2021.
Gilbert May, Inc. dba Phillips/May Corporation, of Dallas, Texas, is the lowest responsive,
responsible Bidder.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500747, for North
Sludge Pond Reconstruction, with Gilbert May, Inc. dba Phillips/May Corporation, of Dallas, Texas, in an
amount not to exceed $774,333.00, for the150 calendar day term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 9:01 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:07 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:44 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 8:49 am
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Terminals A, B, C, D and E Uninterrupted Power Supply
Replacements
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500751, for Terminal A,
B, C, D and E Uninterrupted Power Supply Replacements, with Real Network Services, Inc., of Dallas,
Texas, in an amount not to exceed $1,643,004.00, for the 220 calendar day term of the Contract.
Description
Award a Contract for Terminal A, B, C, D and E Uninterrupted Power Supply (UPS) Replacements in
support of the Airport.
Justification
This project will replace 12 UPS units that have reached the end of service life.
The units are in Terminals A, B, C, D and E, at locations throughout the terminals.
These units are being replaced to reduce risk of unit downtime and maintenance costs associated
with repairs.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 18%.
Real Network Services, Inc., a certified Minority Business Enterprise (HM-C), has committed to
achieving 94.96% through self-performance.
Schedule/Term
Start Date: February 2022
Contract Duration: 220 calendar days
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500751 NTE $1,643,004.00 $0
For Information contact
Tammy Huddleston
3-6132
Keisha Aaron
3-2300
Fund Project # External Funding Source Amount
DFW Capital Acct 26851-01 $1,643,004.00
Resolution #
Additional Information
Five Bids, including two from M/WBE firms, were received on or before the due date to December
14, 2021.
Bid Tabulation attached
Real Network Services, Inc., of Dallas, Texas, is the lowest responsive, responsible Bidder.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500751, for Terminal A,
B, C, D and E Uninterrupted Power Supply Replacements, with Real Network Services, Inc., of Dallas,
Texas, in an amount not to exceed $1,643,004.00, for the 220 calendar day term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 9:02 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:07 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:44 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 8:50 am
Pending
Chief Executive Officer Date
Contract No. 9500751
Terminal A, B, C, D, E UPS Replacements
Bid Tabulation
Bidders
Bid Amount
Real Network Services, Inc.
N1
Dallas, Texas
$1,643,004.00
Holt Construction
Irving, Texas
$1,899,492.00
Skye Building Services
Farmers Branch, Texas
$2,006,297.00
EMC Electrical Contractors
Kennedale, Texas
$2,020,642.00
Azteca Enterprises, Inc.
N1
Dallas, Texas
$2,074,300.00
Note:
1. MBE certified through the North Central Texas Regional
Certification Agency
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Soil Slopes Remediation - Air Operations Area Sites
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500764, for Soil Slopes
Remediation - Air Operations Area Sites, with Ragle, Inc., of North Richland Hills, Texas, in an amount not to
exceed $1,928,687.00, for the 210 calendar day term of the Contract.
Description
Award a Contract for Soil Slopes Remediation - Air Operations Area (AOA) Sites in support of the
Airport.
Justification
The project will consist of earth work to rehabilitate slope failures at various locations within the AOA.
All affected AOA fences will be replaced.
These soil slopes are part of an embankment that supports a public road or an aircraft route and
require remediation.
As a result of the project, the soil slopes' integrity will be restored.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 30%.
Ragle, Inc. has committed to achieving 30.44% M/WBE participation utilizing Southwestern Testing
Laboratories, LLC DBA STL Engineers (HF-C: 2.74%), C. Green Scaping (HF-C: 4.37%), IMT
Construction, LLC (HF-C: 11.40%) and Q. Roberts Trucking Incorporated (BM-C: 11.93%).
Schedule/Term
Start Date: February 2022
Contract Duration: 210 calendar days
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500764 NTE $1,928,687.00 $0
For Information contact
Tammy Huddleston
3-6132
Troy Fox
3-1725
Fund Project # External Funding Source Amount
Joint Capital Acct 26878-01 $771,474.80
Joint Capital Acct 26878-02 $1,157,212.20
Resolution #
Additional Information
Five Bids, including one from an M/WBE firm, were received on or before the due date to December
17, 2021.
Bid Tabulation attached
Ragle, Inc., of North Richland Hills, Texas, is the lowest responsive, responsible Bidder.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500764, for Soil Slopes
Remediation - Air Operations Area Sites, with Ragle, Inc., of North Richland Hills, Texas, in an amount not to
exceed $1,928,687.00, for the 210 calendar day term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:05 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:08 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:46 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 8:54 am
Pending
Chief Executive Officer Date
Contract No. 9500764
Soil Slope Remediation AOA Sites
Bid Tabulation
Bidders
Bid Amount
Ragle, Inc.
North Richland Hills, Texas
$1,928,687.00
Gilbert May Inc dba Phillips/May
Corporation
N1
Dallas, Texas
$2,240,333.00
McCarthy Building Company
Dallas, Texas
$2,502,202.08
North Texas Contracting, Inc.
Keller, Texas
$2,780,090.00
Kiewit Infrastructure
N2
Fort Worth, Texas
$3,431,690.00
Note:
1. MBE certified through the North Central Texas Regional
Certification Agency
2. The bid pricing variance is attributed to higher mobilization, traffic
control and site preparation work.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Soil Slopes Remediation - Landside Sites
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500773, for Soil Slopes
Remediation - Landside Sites, with Ragle, Inc., of North Richland Hills, Texas, in an amount not to exceed
$4,438,591.15, for the 210 calendar day term of the Contract.
Description
Award a Contract for Soil Slope Remediation - Landside Sites in support of the Airport.
Justification
The work of this Contract comprises of earth work to rehabilitate soil slopes at various locations
outside the Air Operations Area (AOA) and along International Parkway. Project will also include
erosion repairs at numerous bridge locations outside the AOA.
The slopes are part of an embankment that supports a public road or an aircraft route.
As a result of the project, the soil slopes' integrity will be restored.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 20%.
Ragle, Inc. has committed to achieving 20.2% M/WBE participation utilizing Southwestern Testing
Laboratories, LLC DBA STL Engineers (HF-C: 1.3 %) and C. Green Scaping (HF-C: 18.9%).
Schedule/Term
Start Date: February 2022
Contract Duration: 210 calendar days
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500773 NTE $4,438,591.15 $0
For Information contact
Tammy Huddleston
3-6132
Troy Fox
3-1725
Fund Project # External Funding Source Amount
Joint Capital Acct 26878-01 $3,994,732.03
Joint Capital Acct 26878-02 $443,859.12
Resolution #
Additional Information
Four Bids, including one from an M/WBE firm, were received on or before the due date to December
29, 2021.
Bid Tabulation attached
The Bid submitted by Texas Standard Construction, LTD, of Dallas, Texas, was determined
non-responsive as the submission did not meet the specifications outlined in the Airport's solicitation.
Ragle, Inc., of North Richland Hills, Texas, is the lowest responsive, responsible Bidder.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500773, for Soil Slopes
Remediation - Landside Sites, with Ragle, Inc., of North Richland Hills, Texas, in an amount not to exceed
$4,438,591.15, for the 210 calendar day term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:04 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:08 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:45 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 8:52 am
Pending
Chief Executive Officer Date
Contract No. 9500773
Soil Slope Remediation Landside Sites
Bid Tabulation
Bidders
Bid Amount
Ragle, Inc.
North Richland Hills, Texas
$4,438,591.15
North Texas Contracting
Fort Worth, Texas
$5,409,157.00
Gilbert May, Inc. dba Phillips/May
Corporation
N1
Dallas, Texas
$5,853,333.00
Note:
1. MBE certified through the North Central Texas Regional
Certification Agency
2. The bid price variances are attributed to differences in excavation,
drainage and fill material cost.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Terminal D Sanitary Sewer Lift Stations
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500749, for Terminal D
Sanitary Sewer Lift Stations, with Real Network Services, Inc., of Dallas, Texas, in an amount not to exceed
$2,355,817.00, for the 250 calendar day term of the Contract.
Description
Award a Contract for Terminal D Sanitary Sewer Lift Stations in support of the Airport.
Justification
This project will replace seven lift stations including pumps, pump controllers, electrical branch
circuits, mechanical ventilation improvements, and connections to building automation system within
Terminal D.
Each station has two submersible duplex pumps inside a wet sewer pit. Two pumps are primary and
the remaining five are secondary. The pumps have exhausted their usable life and require
replacement.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 16%.
Real Network Services, Inc., a certified Minority Business Enterprise (HM-C), has committed to
achieving 50.37% through self-performance.
Schedule/Term
Start Date: February 2022
Contract Duration: 250 calendar days
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500749 NTE $2,355,817.00 $0
For Information contact
Tammy Huddleston
3-6132
Cynthia Don
3-1867
Fund Project # External Funding Source Amount
Joint Capital Acct 26900-01 $2,355,817.00
Resolution #
Additional Information
One Bid, from an M/WBE firm, was received on or before the due date of December 8, 2021.
Real Network Services, Inc., of Dallas, Texas, is the lowest responsive, responsible Bidder.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 9500749, for Terminal D
Sanitary Sewer Lift Stations, with Real Network Services, Inc., of Dallas, Texas, in an amount not to exceed
$2,355,817.00, for the 250 calendar day term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 9:04 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:07 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:45 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 8:51 am
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Runway 18R-36L Rehabilitation
Resolution #
Action
That the Chief Executive Officer or designee be authorized to increase Contract No. 9500698, for Runway
18R-36L Rehabilitation, with Austin Bridge & Road, LP, of Irving, Texas, in an amount not to exceed
$3,503,000.00, for a revised not to exceed Contract amount of $125,473,673.37.
Description
Increase the Contract for Runway 18R-36L Rehabilitation in support of the Airport.
Justification
Final quantity adjustments to reflect actual quantities installed, resulting in an increase to the contract.
Acceleration of the contract to recover lost time due to multiple factors resulting in an increase to the
contract.
Some of the measures taken included procuring infield mats, pavement dryer, additional equipment
for epoxy application for in-pavement light fixtures installation, and sod from outside vendors;
authorizing standby time during inclement weather; bringing additional electrical manpower; Sunday
work; pavement section modifications to expedite construction; and additional mobilizations for
pavement marking subcontractor.
The directives resulted in recovering delays and opening the runway 21 days ahead of schedule.
This Board Action closes out the Contract for a final savings from initial award of $4,914,538.09.
D/S/M/WBE Information
The annual goal for the historical MBE Program is 25%.
In accordance with the Board's historical MBE Program, the MBE goal for this contract is 20%.
Austin Bridge & Road, LP committed to 20% MBE participation and is currently achieving 21.34%.
Austin Bridge & Road, LP committed to achieving the original 20% MBE commitment inclusive of this
Board Action.
Schedule/Term
The current Contract Term is not affected by this action.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
9500698 NTE $3,503,000.00 $125,473,673.37
For Information contact
Tammy Huddleston
3-6132
Scioscia Flowers
3-1744
Fund Project # External Funding Source Amount
Joint Capital Acct 26757-01 $3,503,000.00
Resolution #
Additional Information
On August 5, 2021, by Resolution No. 2021-08-135, the Board increased and extended Contract No.
9500698, for Runway 18R-36L Rehabilitation, with Austin Bridge & Road, LP, of Irving, Texas.
On August 6, 2020, by Resolution No. 2020-08-135, the Board executed a deductive Change Order
to Contract No. 9500698, for Runway 18R-36L Rehabilitation, with Austin Bridge & Road, LP, of
Irving, Texas.
On January 9, 2020, by Resolution No. 2020-01-004, the Board awarded Contract No. 9500698, for
Runway 18R-36L Rehabilitation, with Austin Bridge & Road, LP, of Irving, Texas.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to increase Contract No. 9500698, for Runway
18R-36L Rehabilitation, with Austin Bridge & Road, LP, of Irving, Texas, in an amount not to exceed
$3,503,000.00, for a revised not to exceed Contract amount of $125,473,673.37.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 9:48 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:08 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:45 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 12:02 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Program Management/Construction Management Services -
Civil Airside
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 8500398, for Program
Management/Construction Management Services Civil Airside, with Airfield Management Partners, of Dallas,
Texas, in an amount not to exceed $30,000,000.00, for the five-year term of the Contract.
Description
Award a Contract for Program Management/Construction Management Services in support of the
Airport's Design, Code and Construction Department.
Justification
This Contract provides continuation of program and construction management services authorized
and procured by means of individual Delivery Orders.
In addition, Contract supplements the Airport's Design, Code and Construction Department for
program and construction management and program integration office services.
Services are being authorized and funded on an as-needed basis by the issuance of adequately
defined subsequent Delivery Orders.
The indefinite delivery order approach allows the Airport to rapidly respond to management needs.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 30%.
Airfield Management Partners Joint Venture, is comprised of AECOM Technical Services, Inc. (75%)
and H.J. Russell and Company, Inc. (BM-C: 25%).
Airfield Management Partners Joint Venture committed to achieving 46 % M/WBE participation
including 25% self-performance by MBE JV Partner H.J. Russell and Company, Inc. (BM-C),
CARCON Industries & Construction, LLC (HF-C: 13%), VRX, Inc. (WF-C, 4%), Geometrics
Engineering, PS, Inc. (IM-C 3%), and Foster CM Group, Inc. (BM-C: 1%).
Schedule/Term
Start Date: February 2022
Contract Duration: Five years
Contract # Agreement # Purchase Order # Action Amount Revised Amount
8500398 NTE $30,000,000.00 $0
For Information contact
Tammy Huddleston
3-6132
Patrick Karlovitz
3-2005
Fund Project # External Funding Source Amount
Various $30,000,000.00
Resolution #
Additional Information
Two Statements of Qualifications, none from M/WBE firms, were received on or before the due date
of October 29, 2021:
Airfield Management Partners, of Dallas, Texas
Jacobs/CMTS Joint Venture, of Dallas, Texas
Based on the evaluation of the qualification documents and interviews, the selection committee
recommends award of the Contract to Airfield Management Partners of Dallas, Texas.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 8500398, for Program
Management/Construction Management Services Civil Airside, with Airfield Management Partners, of Dallas,
Texas, in an amount not to exceed $30,000,000.00, for the five-year term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:09 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:09 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 8:46 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 4:10 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Airport Planning Services
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 8500399, for Airport
Planning Services, with Airport Transformation Collaborative, of Dallas, Texas, in an amount not to exceed
$25,000,000.00, for the five year term of the Contract.
Description
Award a Contract for Airport Planning Services in support of the Airport's Planning Department.
Justification
This Contract will provide Airport Planning Services on an as-needed basis to support the Airport's
Planning Department.
Planning services included in the Contract will include, but are not limited to:
Simulation modeling
Assessments
Identification of new technologies
Capital Improvement Plan development
Additionally, the Contract will provide bandwidth for the full support services provided to all other
Airport Departments.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 20%.
Airport Transformation Collaborative Joint Venture is comprised of Landrum & Brown, Inc. (65%),
GSR Andrade Architects, Inc. (HM-C: 25%), Centurion Planning & Design, LLC (WF-C:10%).
Airport Transformation Collaborative Joint Venture committed to achieving 27.5% M/WBE
participation including 10% self-performance by MBE JV Partner GSR Andrade Architects, Inc.
(HM-C) and 8% self-performance by WBE JV Partner Centurion Planning & Design, LLC (WF-C),
Campos Engineering, Inc. (HM-C: 2%), Dikita Enterprises, Inc. DBA Dikita Engineering (BM-C:
0.5%), Komatsu/ Rangel Inc. DBA Komatsu Architecture (PM-C: 1%), RoVolus, LLC (HF-C: 0.5%),
Shenoy Analytics (PM-C: 0.5%), Sunland Group, Inc. (WF-C: 2%), TransSolutions, LLC (WF-C: 1%)
and Urban Engineers Group, Inc. (HF-C: 2%).
Schedule/Term
Start Date: February 2022
Contract Duration: Five years
Contract # Agreement # Purchase Order # Action Amount Revised Amount
8500399 NTE $25,000,000.00 $0
For Information contact
Smitha Radhakrishnan
3-4646
Cynthia Don
3-1867
Fund Project # External Funding Source Amount
Various $25,000,000.00
Resolution #
Additional Information
Three Statements of Qualification, including one from an M/WBE firm, were received on or before the
due date to November 30, 2021.
SOQ's were received from the following firms:
Airport Transformation Collaborative, of Dallas, Texas
DY Consultants, of New York, New York
Ricondo of Irving, Texas
Based on the evaluation of the qualification documents and interviews, the selection committee
recommends award of the Contract to Airport Transformation Collaborative of Dallas, Texas.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 8500399, for Airport
Planning Services, with Airport Transformation Collaborative, of Dallas, Texas, in an amount not to exceed
$25,000,000.00, for the five year term of the Contract.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:10 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:09 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:06 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Planning
Jan 19, 2022 11:55 am
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Purchase New CNG Passenger Buses
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Purchase No. 278471, for CNG
Passenger Buses, to Creative Bus Sales, Inc., of Irving, Texas, in the amount of $2,130,824.00.
Description
Purchase four new CNG Passenger Buses in support of the Airport's Energy, Transportation & Asset
Management Department.
Justification
These buses will provide continuous transportation for customers from the Terminals to the Rental
Car Center, with return service.
These vehicles will support two of the Airport's Goals and Initiatives: improved air quality through
reduced emissions and outstanding customer service.
Vehicles selected for replacement have met the criteria established in the Airport's Fleet Vehicle
Policy and Procedures (accumulated mileage, conditions, life cycle costs, etc.) and are assessed for
replacement by the Vehicle Maintenance Shops.
Replaced vehicles will be declared surplus and sold at public auction.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%
N/A - Not subject to a goal per the Board's M/WBE Policy due to the nature of the procurement.
(Goods/Finished products).
Schedule/Term
Purchase Date: February 2022
Delivery Date: December 2022
Contract # Agreement # Purchase Order # Action Amount Revised Amount
278471 $2,130,824.00 $0
For Information contact
Robert Rodriguez
3-4740
Melissa Turner
3-5632
Fund Project # External Funding Source Amount
PFIC-Rental Car 26809-01 $2,130,824.00
Resolution #
Additional Information
Two Bids, none from M/WBE firms, were received on or before the due date of January 4, 2022.
The Bid submitted by New Flyer of America, Inc., of St. Cloud, Minnesota, was determined
non-responsive as the submission did not meet the specifications outlined in the Airport's solicitation.
Creative Bus Sales, Inc., of Irving, Texas, is the lowest responsive, responsible Bidder.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Purchase No. 278471, for CNG
Passenger Buses, to Creative Bus Sales, Inc., of Irving, Texas, in the amount of $2,130,824.00.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:11 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:09 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:07 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Energy & Transportation Mgmt
Jan 19, 2022 1:49 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Purchase of New Fleet Vehicles
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Purchase No. 278470, for Fleet
Vehicles, to Caldwell Country Chevrolet, of Caldwell, Texas, in the amount of $3,133,581.03.
Description
Purchase of New Fleet Vehicles in support of the Airport's Department of Public Safety.
Justification
This purchase of replacement vehicles is for the Airport's Department of Public Safety, for use in the
performance of job functions.
Programmed replacement of Airport fleet vehicles that have met the criteria established in the
Airport's Fleet Vehicle Policy and Procedures (accumulated mileage, condition, life cycle costs, etc.)
and are assessed for replacement by the Vehicle Maintenance Shop.
All vehicles fully comply with the Airport's Clean Fleet Vehicle Policy.
Replaced vehicles will be declared surplus and sold at public auction.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
N/A - Not subject to a goal per the Board's M/WBE Policy due to the nature of the procurement.
(Interlocal Agreement)
Schedule/Term
Purchase Date: January 2022
Delivery Date: December 2022
Contract # Agreement # Purchase Order # Action Amount Revised Amount
278470 $3,133,581.03 $0
For Information contact
Robert Rodriguez
3-4740
Melissa Turner
3-5632
Fund Project # External Funding Source Amount
DFW Capital Acct 26925-01 $2,554,644.03
DFW Capital Acct 26682-02 $578,937.00
Resolution #
Additional Information
This purchase will be made through interlocal Agreements with, Texas Association of School Boards
(BuyBoard), in accordance with Board Resolution No. 2006-08-246, dated August 3, 2006; and the
Houston-Galveston Area Council (HGAC), in accordance with Board Resolution No. 1997-07-181,
dated July 3, 1997.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Purchase No. 278470, for Fleet
Vehicles, to Caldwell Country Chevrolet, of Caldwell, Texas, in the amount of $3,133,581.03.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:25 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:10 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:07 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Energy & Transportation Mgmt
Jan 19, 2022 1:49 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Operations
Subject
Skylink Automatic Train Control Replacement
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute a deductive Change Order to Contract
No. 7006752, for Skylink Automatic Train Control Replacement, with Alstom Group of Pittsburgh,
Pennsylvania, in a deductive amount not less than ($600,000.00), for a revised not to exceed amount of
$33,398,000.00.
Description
Decrease the Contract value for Skylink Automatic Train Control (ATC) Replacement in support of
Airport's Energy Transportation & Asset Management Department.
Justification
The ATC system is the programming used to control the dynamic movement of the Skylink trains.
The deduction is a result of schedule impacts to the project.
D/S/M/WBE Information
The annual goal for the historical SBE Program is 20%.
N/A - Not subject to a goal per the Board's historical SBE Policy due to the nature of the
procurement. (Government Code Exemption)
Alstom Group committed to achieving 3% SBE participation on this contract and is currently
achieving 5%.
Board Action not subject to the goal due to the nature of the procurement. (Deductive Change Order)
Schedule/Term
The Contract term will be extended by 349 calendar days.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
7006752 NLT ($600,000.00) $33,398,000.00
For Information contact
Bobby Rodriguez
3-1783
Scioscia Flowers
3-1744
Fund Project # External Funding Source Amount
Joint Capital Acct 26763-01 ($600,000.00)
Resolution #
Additional Information
On April 11, 2019, by Resolution No. 2019-04-075, the Board awarded Contract No. 7006752, for
Skylink Automatic Train Control Replacement, with Bombardier Transportation (Holdings) USA Inc.,
of Pittsburgh, Pennsylvania.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute a deductive Change Order to Contract
No. 7006752, for Skylink Automatic Train Control Replacement, with Alstom Group of Pittsburgh,
Pennsylvania, in a deductive amount not less than ($600,000.00), for a revised not to exceed amount of
$33,398,000.00.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 21, 2022 5:30 pm
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 21, 2022 5:04 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 21, 2022 4:54 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Energy & Transportation Mgmt
Jan 21, 2022 4:04 pm
Pending
Chief Executive Officer Date
Finance/Audit Committee Meeting Agenda February 1, 2022 Page 1 of 2
AGENDA
FINANCE/AUDIT COMMITTEE MEETING
Tuesday, February 1, 2022
12:40 p.m.
FINANCE/AUDIT COMMITTEE
16.
Approve Minutes of the Finance/Audit Committee Meeting of January 4,
2022.
Abel Palacios
17.
Financial Report.
Chris Poinsatte
18.
Fiscal Year 2022 Debt Plan.
Consent Items for Consideration
Bruce Collins
19.
Approve authorization to exercise options for multi-year Contracts for the
third quarter of Fiscal Year 2022.
Action Items for Consideration
Catrina Gilbert
20.
Approve authorization to bind and procure an Insurance Policy for
Excess Workers'' Compensation Insurance with Midwest Employers
Casualty Insurance Company in the amount of $326,764.00 for the policy
year effective March 1, 2022.
21.
Approve authorization to bind and procure an insurance policy for All-
Risk Property Insurance, with American Home Assurance Company of
New York, NY (AIG) as the primary insurance carrier in the total amount
of $9,961,099.00 for the policy period effective March 1, 2022.
Donnell Harvey
22.
Approve execution of a Reimbursement Agreement with American
Airlines, Inc. (AA) for the design phase of the relocation of AA support
space for the Terminal C renovations project in an amount not to exceed
$1,461,553.05.
23.
Approve execution of a Reimbursement Agreement with American
Airlines, Inc. (AA) for the design phase of the baggage handling system
installation and integration project for the Terminal A and C Expansion
project in an amount not to exceed $7,026,334.92.
24.
Approve execution of a Reimbursement Agreement with American
Airlines, Inc. (AA) for the modernization of moving power walks and
escalators that serve the Terminal E Satellite and associated work in an
amount not to exceed $14,320,642.60.
Finance/Audit Committee Meeting Agenda February 1, 2022 Page 2 of 2
Discussion Items
Aaron Munoz
25.
Department of Audit Services’ Quarterly Audit Update.
Tamela Lee
26.
Monthly D/S/M/WBE Expenditure Report.
Bruce Collins
27.
Purchase Orders/Contracts and Professional Services Contracts
approved by authorized staff.
Three months ending December 31, 2021
KPIs and Financial Report
2
Key Performance Indicator Scorecard
Three months ending December 31, 2021
Key Performance Indicators
FY21 Actuals
YTD
FY22 Plan
YTD
FY22 Actuals
YTD
FY22A vs
FY22P
FY22 Annual
Plan **
Data As Of
Business Performance
Achieve FY22 expenditures $226.4 $251.0 $243.8 $1,036.4M Dec-21
Achieve DFWCC revenues
$51.5 $81.5 $94.7 $338.1M Dec-21
Achieve total passengers 10.7 15.7 17.8
67.2M Dec-21
Achieve 1 million tons of cargo* N/A 0.2 0.2 1.0M Nov-21
Customer Experience
Achieve DFW survey overall satisfaction score 4.33
4.35 4.39 4.35 Dec-21
Achieve DFW survey cleanliness score 4.26 4.34 4.30 4.34 Dec-21
Award a contract for a customer relationship management (CRM) system* N/A Complete EOY
Complete EOY
Operational Excellence
Achieve zero regulatory enforcement actions 0 0 0 0 Dec-21
Implement parking license plate recognition as a credential* N/A Complete EOY
Complete EOY
Develop 10 Quick Action Response Guides for IOC* N/A Complete EOY Complete EOY
Host DFW's first Innovation Week* N/A Complete EOY Complete EOY
Award a new contract for public WIFI* N/A Complete EOY Complete EOY
Add sensors to escalators in Terminals and monitor unit uptime* N/A Complete EOY Complete EOY
Reduce CO2 emissions to 38,035 (a 10% reduction from FY19 actual)*
N/A
Complete
EOY
38,035
EOY
Improved/Constant
** Plan reflects 100% Target Worse
End of Year/Quarter Completion
3
Key Performance Indicator Scorecard
Three months ending December 31, 2021
Key Performance Indicators
FY21 Actuals
YTD
FY22 Plan
YTD
FY22 Actuals
YTD
FY22A vs
FY22P
FY22 Annual
Plan **
Data As Of
Safe and Secure
Reduce runway incursions: total / DFW employees only 0 / 0 0 / 0 0 / 0
3 / 1 Dec-21
Complete installation of airfield vehicle tracking system* N/A Complete EOY Complete EOY
Community Engagement
Achieve M/WBE/DBE/ACDBE goals 25%/13%/49% 31%/20%/33% 28%/23%/41% 31%/20%/33% Dec-21
Develop and publish a DFW Procurement Plan for the vendor community* N/A Complete EOY Complete
EOY
Employee Engagement
Achieve employee engagement survey participation EOY 89% EOY 89% EOY
Complete strategic plan training for employees*
N/A 98% EOY 98% EOY
* Key Goals and Initiatives
EOY 10 of 11 EOY 10 of 11 EOY
Improved/Constant
** Plan reflects 100% Target Worse
End of Year/Quarter Completion
4
Key Performance Indicator Scorecard
Three months ending December 31, 2021 Unaudited
($ in millions)
Year-To-Date
FY 2022
Key Performance Indicator
FY 2021
Actuals
FY 2022
Actuals
FY 2022
Budget
Annual
Budget
DFWCC Total Revenues before FRP
$59.6 $103.3 $89.0 $14.3 16.0% $370.5
Total Expenditure Budget $226.4 $243.8 $251.0 ($7.3) (2.9%) $1,036.4
Application of Federal Relief Proceeds $16.9 $9.6 $28.1 ($18.5) (65.9%) $112.4
Total Passengers (Ms) 10.7 17.8 15.7 2.1 13.0% 67.2
Total Landed Weights (Bs) 8.8 11.6 11.0 0.6 5.4% 44.6
Improved/Constant
Worse
Actuals vs. Budget
Increase/(Decrease)
Results Status Bar
5
DFW Cost Center
Three months ending December 31, 2021
Year-To-Date FY 2022
FY 2021
Actuals
FY2022
Actuals
FY 2022
Budget
Annual
Budget
Revenues
Parking $18.0 $43.8 $34.1 $9.7 28.5% $145.1
Concessions 13.0 24.1 22.9 1.2 5.2% 95.1
Rental Car 5.8 10.5 8.4 2.1 25.4% 33.4
Commercial Development 14.7 16.3 16.1 0.2 1.4% 64.4
Other Revenues 8.1 8.5 7.5 1.0 13.6% 32.5
Total Revenues before FRP 59.6 103.3 89.0 14.3 16.0% 370.5
DFW CC Expenditures
Operating Expenditures 25.9 31.6 33.2 (1.6) (4.7%) 141.2
Debt Service, net 15.2 12.0 13.0 (1.0) (7.9%) 50.8
Total Expenditures 41.1 43.6 46.2 (2.6) (5.6%) 192.0
Gross Margin - DFW Cost Center 18.5 59.7 42.8 16.9 39.4% 178.5
Less Transfers and Skylink
DFW Terminal Contribution 0.7 0.7 0.7 0.0 0.0% 2.8
Skylink Costs 11.0 12.3 14.1 (1.8) (12.6%) 53.7
Net Revenues before FRP 6.8 46.7 28.0 18.7 66.6% 122.0
Federal Relief Proceeds (FRP) 14.1 0.0 10.3 (10.3) (100.0%) 41.1
Net Revenues $20.9 $46.7 $38.3 $8.4 21.9% $163.1
Actuals vs. Budget
Increase/(Decrease)
6
DFW Q1 Revenue Recovery Overview
Oct-Dec Prepandemic, COVID, Recovery
7
DFW Q1 Revenue Recovery Overview
Oct-Dec Prepandemic, COVID, Recovery
8
Airfield and Terminal Cost Centers
Three months ending December 31, 2021
Year-To-Date FY 2022
FY 2021
Actuals
FY2022
Actuals
FY 2022
Budget
Annual
Budget
Revenues
Landing Fees $19.5 $25.8 $24.5 $1.3 5.1% $99.4
Other Airfield 3.1 3.6 2.9 0.7 24.1% 12.0
Transfer from DFW Cost Center 17.5 23.2 16.9 6.3 37.3% 67.5
Total Airfield Revenue 40.1 52.5 44.3 8.2 18.6% 178.8
Terminal Leases 83.0 81.0 80.9 0.1 0.2% 326.7
FIS Fees 2.4 5.0 3.8 1.2 30.4% 17.4
Turn Fees 2.8 5.2 4.7 0.5 10.7% 22.4
Other Terminal 4.0 5.8 5.2 0.6 10.9% 21.7
Total Terminal Revenues 92.2 96.9 94.6 2.4 2.5% 388.2
DFW Terminal Contributions 0.7 0.7 0.7 0.0 0.0% 2.8
Total Revenues before FRP 132.9 150.2 139.6 10.6 7.6% 569.9
Expenditures
Operating Expenditures 75.9 85.5 88.9 (3.4) (3.8%) 376.5
Debt Service, net 68.0 61.4 65.3 (3.9) (6.0%) 264.6
Total Expenditures 144.0 146.9 154.3 (7.3) (4.7%) 641.2
Net Income/(Loss) before FRP (11.0) 3.2 (14.7) 17.9 (122.1%) (71.3)
Federal Relief Proceeds (FRP) 2.8 9.6 17.8 (8.2) (46.2%) 71.3
Net Income/(Loss) ($8.2) $12.8 $3.1 $9.7 307.7% $0.0
Actuals vs. Budget
Increase/(Decrease)
9
Operating Fund Total Expenditures
Three months ending December 31, 2021
Year-To-Date FY 2022
FY 2021
Actuals
FY2022
Actuals
FY 2022
Budget
Annual
Budget
Operating Expenditures
Salaries and Wages $40.1 $37.5 $38.9 ($1.4)
(3.6%)
$164.9
Benefits 16.8
17.4 18.2 (0.8)
(4.2%)
72.6
Facility Maintenance Contracts 18.3 20.4 22.0 (1.7)
(7.6%)
104.6
Other Contract Services 20.9 25.8 27.3 (1.5)
(5.7%)
132.4
Utilities
6.1 6.9 6.8 0.1
0.7%
28.4
Equipment and Other Supplies
3.4 3.6 4.2 (0.6)
(14.3%)
21.0
Insurance
1.9 2.7 2.8 (0.2)
(6.2%)
12.1
Fuels 0.4 0.8 0.6 0.2
34.2%
2.6
General, Administrative, and Other
1.0
1.0 1.6 (0.6)
(38.7%)
15.7
Change in Operating Reserves
2.2 12.6 12.6 (0.0) (0.0%) 12.6
Total Operating Expenditures
111.2 128.6 135.1 (6.5) (4.8%) 566.9
Debt Service, gross
115.2 115.2 115.9 (0.7) (0.6%) 469.5
Total Operating Fund Expenditures
$226.4 $243.8 $251.0 ($7.3) (2.9%) $1,036.4
Actuals vs. Budget
Increase/(Decrease)
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
Contract Renewal List for the Third Quarter of Fiscal Year
2022
Resolution #
Action
That the Chief Executive Officer or designee be authorized to exercise options for multi-year Contracts for
the third quarter of Fiscal Year 2022.
Description
Exercise Contract Options in the amounts set forth on the attached information sheet pending
performance and D/S/M/WBE contractual compliance.
Justification
To ensure continuity of contracted services in accordance with the terms and conditions of the
Contracts listed on the attached information sheet.
Approval to exercise future Contract Options not listed herein will be brought forth separately as
required.
D/S/M/WBE Information
Contract renewal options are subject to D/S/M/WBE contract compliance as stated above.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
$0 $0
For Information contact
Bruce Collins
3-5610
Fund Project # External Funding Source Amount
$0
Resolution #
Additional Information
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to exercise options for multi-year Contracts for
the third quarter of Fiscal Year 2022.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:26 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:10 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 20, 2022 8:50 am
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Procurement & Materials Mgmt
Jan 19, 2022 1:48 pm
Pending
Chief Executive Officer Date
Renewal List Notes for February 2022 Board
Page 1 of 8
Summary of Contract Renewals for the 3rd Quarter of FY2022 (February 2022 Board)
Items on Renewal List:
1. Contract No. 7006770 to APPRO, Inc., for Custodial Services at Terminal D
Start Date: 06/01/2019 Term End Date: 05/30/2022 Renewal Amt: $12,293,971.22
This Contract provides custodial cleaning services for Terminal D, including the terminal,
Skylink stations and ramp areas.
2. Contract No. 7006702 to M C Dean Inc, for CCTV Support and Management Services
Start Date: 05/27/2019 Term End Date: 05/26/2022 Renewal Amt: $1,750,542.50
This Contract provides maintenance and support services to a portion of the Airport’s
Closed-Circuit Television (CCTV) system that provides visual and audio information to our
Department of Public Safety Staff.
3. Contract No. 7006786 to Synergy Signs & Services, LLC, for Fabrication and Installation of
Facilities Signage
Start Date: 11/14/2019 Term End Date: 11/13/2022 Renewal Amt: $1,008,000.00
This Contract provides fabrication and installation of signage for facilities throughout the
Airport’s campus and is critical and a dynamic part of the Airport’s way finding system.
4. Contract No. 8005340 to Synect, LLC for Content Management System - Digital Experience
Gate Area of the Future
Start Date: 07/01/2020 Term End Date: 06/30/2022 Renewal Amount: $938,330.00
This Contract provides software license and support services for the customer-centric,
passenger digital experience at the of gate areas of the future.
5. Contract No. 7006656 to ETA Transit System, Inc. for Bus Tracking and Passenger
Counting System
Start Date: 6/29/2019 Term End Date: 06/28/2022 Renewal Amount: $912,963.00
This Contract provides bus tracking and passenger counting system that allows customers
to view real-time locations, estimated arrival times, and onboard announcements.
Renewal List Notes for February 2022 Board
Page 2 of 8
6. Contract No. 8005339 to Synect, LLC for Creative Content and Design Services for Digital
Experiences Gate Area of the Future
Start Date: 07/01/2020 Term End Date: 06/30/2022 Renewal Amount: $871,693.75
This Contract provides support the digital experience at the Terminal F Phase 1 gates and
other designated areas to help improve the boarding process by providing customers with
more clear and concise information. The experience includes digital displays, lighting, sound
and interactive elements in the seating areas throughout the boarding process.
7. Contract No. 7006790 to Synergy Signs & Services, LLC, for Roadside Signage Fabrication
and Installation Services
Start Date: 08/06/2019 Term End Date: 08/5/2022 Renewal Amt: $741,000.00
This Contract provides fabrication and installation of signage for civil roadways throughout
the Airport’s campus and is critical and a dynamic part of the Airport’s way finding system.
8. Contract No. 7006069 to Frontier Southwest Incorporated for Special Circuit Tariff
Agreement
Start Date: 06/28/2014 Term End Date: 06/27/2022 Renewal Amount: $720,000.00
This Contract provides tariff rates for the Airport’s communications system based on rates
regulated by the Texas Public Utilities Commission.
9. Contract No. 7006392 to AT&T Mobility National Accounts LLC for Cellular and Data
Services
Start Date: 06/10/2016 Term End Date: 06/09/2022 Renewal Amount: $630,851.52
This Contract provides for purchase of shared cellular devices, and related cellular/data
service across the Airport for the Department of Public Safety, Operations Department,
Customer Experience Department and Design, Code and Construction Department. It also
provides “FirstNet”, a service that prioritizes data and voice communications for first
responders.
10. Contract No. 8005357 to Miracle Software Systems, Inc, for Data Catalog Application
Start Date: 06/03/2021 Term End Date: 06/02/2022 Renewal Amount: $594,778.00
This Contract assist the Airport by providing ongoing structure to data assets that can be
utilized to improve customer experience and identify operational efficiencies.
Renewal List Notes for February 2022 Board
Page 3 of 8
11. Contract No. 7005847 to Tritech Software Systems for Computer-Aided Dispatch & Record
Management Systems
Start Date: 04/02/2014 Term End Date: 04/01/2021 Renewal Amount: $588,186.49
This Contract provides maintenance and support services to track police, fire, and EMS
incidents from initial report to completion, interfaces with the 9-1-1 emergency system, and
manages all response personnel and vehicle resources needed to accomplish public health
and safety incidents.
12. Contract No. 8005399 Willow Technologies, Inc., for Digital Infrastructure Platform
Start Date: 05/7/2021 Term End Date: 05/06/2022 Renewal Amount: $537,100.00
This Contract provides software licenses and professional services for a Digital Twin
Software platform. Digital Twin technology will assist the Airport in developing computerized
models to better design and maintain Airport facilities.
13. Contract No. 8005296 Research Triangle Institute for Innovation Consulting and Planning
Services
Start Date: 05/13/2019 Term End Date: 05/12/2022 Renewal Amount: $500,000.00
This Contract provides consulting services through various phases of the Innovation process
including idea generation, facilitation, concept development, emerging technology
assessment business cases and test/pilot services.
14. Contract No. 7006625 to Torrez Paper Company for Trash Can Liners
Start Date: 06/26/2018 Term End Date: 06/25/2022 Renewal Amount: $399,102.50
This Contract provides for supply of trash can liners used by custodial services contractors
in performance of custodial services at Airport facilities.
15. Contract No. 7006758 to American Concrete Washouts, Inc., for Concrete Washout
Container Services
Start Date: 04/19/2019 Term End Date: 04/18/2022 Renewal Amount: $395,937.50
This Contract provides airport construction projects with concrete washout containers
preventing illicit discharge of processed waters to the storm drainage system.
16. Contract No. 7007036 to Cintas Corporation for Non-Sterile Disposable Gloves
Start Date: 04/07/2021 Term End Date: 04/06/2022 Renewal Amount: $274,000.00
This Contract provide both disposable gloves for custodial cleaning and other non-medical
use.
Renewal List Notes for February 2022 Board
Page 4 of 8
17. Contract No. 8005297 to ECSI Consulting, Inc., for Innovation Consulting and Planning
Services.
Start Date: 05/20/2019 Term End Date: 05/19/2022 Renewal Amount: $250,000.00
This Contract provides consulting services to support the Airport’s efforts to build a mature
Innovation Program and augment existing capabilities. Consulting expertise will include idea
generation, facilitation, concept development, emerging technology assessment, business
case development and test/pilot services.
18. Contract No. 7006629 to Wilson Office Interiors LLC for Office Furniture
Start Date: 06/29/2018 Term End Date: 06/28/2022 Renewal Amount: $249,450.00
This Contract provides modular furniture, filing and storage, freestanding furniture, seating
and ergonomic desk fixtures. Services include furniture layout and space planning, furniture
repair and refurbishment, furniture relocation and assembly and storage on an as-needed
basis. This is part of a split award among three furniture suppliers on this list.
19. Contract No. 8005400 to Aperio Insights, LLC for On-Demand Consumer Research for
Concept Testing
Start Date: 04/23/2021 Term End Date: 04/22/2022 Renewal Amount: $244,110.00
This Contract provides professional on-demand consumer research for concept testing.
20. Contract No. 7006113 to Casper Airport Solutions, Inc., for Noise Monitoring System
Services
Start Date: 06/01/2015 Term End Date: 05/31/2022 Renewal Amount: $230,000.00
This Contract provides maintenance and data extraction services for the Airport’s noise
monitoring system that analyzes noise levels produced by aircraft operations and flight
patterns to ensure noise levels remain within FAA-specified levels.
21. Contract No. 8005248 to Willis Towers Watson for Total Rewards Consulting Services
Start Date: 07/01/2019 Term End Date: 06/30/2022 Renewal Amount: $173,000.00
This Contract provides employee benefits analysis, reporting and consulting services in
support of the Airport’s overall employee total rewards program.
22. Contract No. 7006916 to Geomatic Resources, LLC for Land Surveying Application and
Maintenance Service Plan
Start Date: 04/02/2020 Term End Date: 04/01/2022 Renewal Amount: $163,000.00
This Contract provides hardware and software maintenance services for the land survey
equipment used for surveying and scanning applications on Airport property.
Renewal List Notes for February 2022 Board
Page 5 of 8
23. Contract No. 7006368 to Veoci Inc., for Veoci Software and Services
Start Date: 06/01/2016 Term End Date: 05/31/2022 Renewal Amount: $142,536.03
This Contract provides software maintenance and support services for software that tracks
FAA Part 139 inspections and manages, maps, queries work orders for staff review as part
of the Airport operations and inspections.
24. Contract No. 8005359 to Cushman & Wakefield of Texas, Inc. for Real Estate Appraisal
Services
Start Date: 07/01/2020 Term End Date: 06/30/2022 Renewal Amount: $100,000.00
This Contract provides services for professional appraisals to conduct detailed fair market
value analysis of both vacant land and existing facilities and assets for future development
and facility rent revenue.
25. Contract No. 8005360 to JLL Valuation & Advisory Services, LLC for Real Estate Appraisal
Services
Start Date: 07/01/2020 Term End Date: 06/30/2022 Renewal Amount: $100,000.00
This Contract provides services for professional appraisals to conduct detailed fair market
value analysis of both vacant land and existing facilities and assets for future development
and facility rent revenue.
26. Contract No. 8005345 to Pyles Whatley for Real Estate Appraisal Services
Start Date: 07/01/2020 Term End Date: 06/30/2022 Renewal Amount: $100,000.00
This Contract provides services for professional appraisals to conduct detailed fair market
value analysis of both vacant land and existing facilities and assets for future development
and facility rent revenue.
27. Contract No. 7004058 to OAG Aviation Worldwide LLC for Flight Data Information License
and Maintenance Services
Start Date: 07/01/2008 Term End Date: 06/30/2022 Renewal Amount: $78,000.00
This Contract provides information services that aggregate flight status information from
multiple airlines and parses it into a consistent format that is delivered to customers and
updated as flight status changes are received.
Renewal List Notes for February 2022 Board
Page 6 of 8
28. Contract No. 7006057 to LinkedIn Corporation for Online Recruiting Services
Start Date: 05/08/2014 Term End Date: 05/08/2022 Renewal Amount: $72,196.00
This Contract provides one of the world’s largest online professional recruiting networks
tools that allows the Human Resources talent acquisition specialists to efficiently network
with professionals to identify and attract talent for available Airport positions.
29. Contract No. 8001999 to Amadeus Airport IT Americas, Inc., for Propworks Maintenance
Services
Start Date: 05/01/2005 Term End Date: 04/30/2022 Renewal Amount: $68,611.98
This Contract provides maintenance and support services for the Propworks software used
for accounts receivable billing functionality.
30. Contract No. 7003634 to Longview of America, LLC for Budget & Continuous Forecasting
Software
Start Date: 12/30/2014 Term End Date: 05/31/2022 Renewal Amount: $63,558.88
This Contract provides maintenance services to software used for the Board’s planning and
budgeting process, as well as financial and business reporting and financial forecasting.
31. Contract No. 7006938 to J.V. Manufacturing, Inc. dba Cram-A-Lot, for Compactor Container
Repair Services
Start Date: 06/15/2021 Term End Date: 06/14/2022 Renewal Amount: $60,000.00
This Contract provides for standard maintenance and emergency repair services for trash
compactors and containers critical to termina and tenant operations.
32. Contract No. 8005350 to CM2 Group LLC dba the Bergerac Group for Power Talk Training
Start Date: 04/01/2020 Term End Date: 03/31/2022 Renewal Amount: $53,730.00
This Contract provides the proprietary PowerTalk presentation program and related
materials to support PowerTalk Training to assigned Airport employees. PowerTalk
develops participant’s communication, presentation and message-development skills to
ensure the verbal information is effectively delivered and received.
33. Contract No. 8004839 to Industrial/Organizational Solutions, Inc., for Police/ Fire
Promotional Examination Services
Start Date: 05/13/2013 Term End Date: 05/12/2022 Renewal Amount: $50,000.00
This Contract provides Police and Fire Consulting and Promotional Examination Services
including job analysis, preparation materials, validated written exams for entry level and
promotional vacancies, and technical interviews.
Renewal List Notes for February 2022 Board
Page 7 of 8
34. Contract No. 7007100 to Real-Time Technology Solutions, Inc., for Querysurge Data
Testing Software
Start Date: 06/22/2021 Term End Date: 06/21/2022 Renewal Amount: $45,340.00
This Contract provides data testing software solution that automates the data validation and
testing of Bid Data, Data Warehouses, Business Intelligence Reports and Enterprise
Applications with full functionality for continuous testing.
35. Contract No. 8004956 to Executive Development Associates, Inc., for Critical Thinking
Workshops
Start Date: 10/15/2014 Term End Date: 04/15/2022 Renewal Amount: $41,720.00
This Contract provides Airport staff with critical thinking skills educational training through
on-site courses.
36. Contract No. 8005146 to The Effective Edge Worldwide, LLC, for Consulting Services and
Edge Training
Start Date: 05/03/2017 Term End Date: 05/02/2022 Renewal Amount: $30,000.00
This Contract provides virtual and on-site training to develop Airport employees’ adaptability
to change, personal balance and confidence, as well as tools to resolve problems using
critical thinking techniques.
37. Contract No. 7006645 to Optiv Security, Inc., for Cyber Security Software Training System
Start Date: 05/08/2018 Term End Date: 05/07/2022 Renewal Amount: $18,953.79
This Contract provide the KnowBe4 cyber security awareness training platform to provide
software to train employees and contractors regarding computer security, support to the
Airport’s cyber security team and a full-service anti-phishing program.
38. Contract No. 8004204 to Cooper Clinic, PA, for Executive Physicals
Start Date: 05/09/2011 Term End Date: 12/31/2021 Renewal Amt: $15,000.00
This Contract provides for an executive health program for the Airport’s Executive
Leadership.
39. Contract No. 8005202 to Ruby Canyon Environmental, Inc., for Airport Carbon Accreditation
Third Party Verification Services
Start Date: 06/05/2018 Term End Date: 06/04/2022 Renewal Amount: $15,000.00
This Contract provides an independent third-party verification of the Airport’s carbon
footprint analyses including direct and indirect greenhouse gas emission, in order to renew
the Airport’s Airport Carbon Accreditation (ACA) as a Level 3+ Neutrality certification.
Renewal List Notes for February 2022 Board
Page 8 of 8
40. Contract No. 7007023 to UniFirst Holdings, Inc., for Uniform Rental Services
Start Date: 02/05/2021 Term End Date: 02/04/2023 Renewal Amount: $12,902.90
This Contract provides for uniform rentals services in support of the operations and
maintenance of the Airport.
41. Contract No. 8005091 to Joseph Coleman for Group Fitness Instructing
Start Date: 07/01/2016 Term End Date: 06/30/2022 Renewal Amount: $6,000.00
This Contract provides CrossFit classes to Airport employees through the LiveWell Center
as part of the Airport’s Total Rewards program.
42. Contract No. 7006743 to Blagg Tire Wholesale for Tire Repair and Parts Services for Large
Vehicles and Heavy Equipment
Start Date: 03/18/2019 Term End Date: 03/17/2023 Renewal Amount: $5,100.00
The Contract provides repair and mounting tires on large earth movers, loaders, backhoes,
dumb trucks, large mowing equipment, as well as tire mounting on fire trucks and foul
weather equipment.
Seq N
Contract # Contractor Name Contract Title CA
User Dept. /
Stakeholder
Start Date Term End Date
Terms
Options
Final Ending
Date
Request Renewal Amount
Original Award
Amount
# of Previous
Renewals
Contract Amount
Amount of
Previous Renewals
Other Contract
Amount Changes
Amount of Previous
Renewals &
Additions
Total Paid to Date
Projected Total
Contract Value with All
Renewals
MWBE Code MWBE Commit % MWBE Achieved %
1 N1
7006770 APPRO, INC. TERMINAL D CUSTODIAL SERVICES
BREWER,
CHRISTIAN
Customer
Experience
6/1/2019 5/30/2022
3 YRS/2-1 YR
OPT
5/30/2024 $ 12,293,971.22 $ 24,290,869.00 0 26,198,105.36$ -$ 1,907,236.36$ 1,907,236.36$ 17,808,494.17$ 48,157,650.11$ IM-C 35.00% 100.00%
2
7006702 M C DEAN INC CCTV SYSTEM MAINT & SUPPORT
HAMILTON,
SHANNON
Information
Technology
Services
Department
5/27/2019 5/26/2022
1 YR/4-1 YR
OPT
5/26/2024 $ 1,750,542.50 $ 1,750,542.50 2 3,501,084.50$ 1,750,542.50$ -$ 1,750,542.50$ 1,493,648.39$ 5,251,627.50$ WM 15.00% 31.01%
3 N1
7006786
SYNERGY SIGNS & SERVICES,
LLC
FABRICATION AND INSTALLATION OF
FACILITIES SIGNAGE
HALLIBURT
ON, CATHY
Planning
Department
11/14/2019 11/13/2022
3 YRS/2-1 YR
OPT
11/13/2024 $ 1,008,000.00 $ 3,255,120.00 0 3,255,120.00$ -$ -$ -$ 2,374,345.31$ 5,425,200.00$ WF-C 25.00% 100.00%
4
8005340 SYNECT, LLC
CONTENT MANAGEMENT SYSTEM
DIGITAL EXPERIENCE GATE AREA OF
THE FUTURE
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
7/1/2020 6/30/2022
1 YR/4-1 YR
OPT
6/30/2025 $ 938,330.00 $ 938,330.00 1 1,881,742.00$ 860,900.00$ 82,512.00$ 943,412.00$ 1,511,043.00$ 5,624,833.00$ WM 0.00% 0.00%
5
7006656 ETA TRANSIT SYSTEMS, INC.
BUS TRACKING AND PASSENGER
COUNTING SYSTEM
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
6/29/2019 6/28/2022
3 YRS/2-1 YR
OPT
6/28/2024 $ 912,963.00 $ 2,688,890.00 0 2,738,889.00$ -$ 49,999.00$ 49,999.00$ 2,738,889.00$ 4,564,815.00$ WF 20.00% 26.51%
6
8005339 SYNECT, LLC
CREATIVE CONTENT AND DESIGN
DIGITAL EXPERIENCE GATE AREA OF
THE FUTURE
SEYMOUR,
MIRIAM
Customer
Experience
7/1/2020 6/30/2022
1 YR/4-1 YR
OPT
6/30/2025 $ 871,693.75 $ 871,693.75 1 1,743,387.50$ 871,693.75$ -$ 871,693.75$ 850,242.87$ 4,358,468.75$ WM 30.00% 30.72%
7 N1
7006790
SYNERGY SIGNS & SERVICES,
LLC
ROADSIDE SIGNAGE FABRICATION
AND INSTALLATION SERVICES
HALLIBURT
ON, CATHY
Planning
Department
8/6/2019 8/5/2022
3 YR/2-1 YR
OPT
8/5/2024 $ 741,000.00 $ 2,225,430.00 0 2,225,430.00$ -$ -$ -$ 1,828,256.67$ 2,410,882.50$ WF-C 25.00% 100.00%
8
7006069
FRONTIER SOUTHWEST
INCORPORATED
SPECIAL CIRCUIT TARIFF AGREEMENT
Ashraf,
Mubina
Information
Technology
Services
Department
6/28/2014 6/27/2022
1 YR/YR-YR
OPT
6/27/2022 $ 720,000.00 $ 1,668,000.00 7 11,353,000.00$ 9,685,000.00$ -$ 9,685,000.00$ 7,697,693.01$ 12,073,000.00$ WM 0.00% 0.00%
9
7006392
AT&T MOBILITY NATIONAL
ACCOUNTS LLC
CELLULAR AND DATA SVCS
Ashraf,
Mubina
Information
Technology
Services
Department
6/10/2016 6/9/2022
1 YR/3-1 YR
OPT (DIR)
6/9/2022 $ 630,851.52 $ 250,000.00 5 1,991,000.00$ 1,397,000.00$ 344,000.00$ 1,741,000.00$ 1,976,959.73$ 2,621,851.52$ WM 0.00% 0.00%
10
8005357
MIRACLE SOFTWARE SYSTEMS
INC
DATA CATALOG APPLICATION
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
6/3/2021 6/2/2022
1 YR/4-1 YR
OPT
6/2/2026 $ 594,778.00 $ 594,778.00 0 594,778.00$ -$ -$ -$ 405,578.00$ 2,973,890.00$ IM 0.00% 0.00%
11 N3
7005847 TRITECH SOFTWARE SYSTEMS
COMPUTER-AIDED DISPATCH &
RECORDS MGMT SYSTEM
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
4/2/2014 4/1/2022
5 YR/5-1 YR
OPT
4/1/2024 $ 588,186.49 $ 3,868,311.00 3 4,763,349.18$ 764,350.90$ 130,687.28$ 895,038.18$ 4,667,499.84$ 5,939,722.16$ WM 15.00% 13.61%
12 N5
8005399 WILLOW TECHNOLOGIES, INC.
DIGITAL INFRASTRUCTURE
PLATFORM
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
5/7/2021 5/6/2022
1 YR/4-1 YR
OPT
5/6/2026 $ 537,100.00 $ 2,586,720.00 0 2,586,720.00$ -$ -$ -$ 747,290.00$ 3,123,820.00$ WM 15.30% 3.53%
13
8005296
RESEARCH TRIANGLE
INSTITUTE
INNOVATION CONSULTING AND
PLANNING SVCS
HALLIBURT
ON, CATHY
Innovation and
Transformation
5/13/2019 5/12/2022
2 YR/3-1 YR
OPT
5/12/2024 $ 500,000.00 $ 1,000,000.00 1 1,000,000.00$ -$ -$ -$ 160,649.00$ 2,500,000.00$ WM 0.00% 0.00%
14 N2
7006625 TORREZ PAPER COMPANY TRASH CAN LINERS
HALLIBURT
ON, CATHY
Customer
Experience
6/26/2018 6/25/2022
1 YR/4-1 YR
OPT
6/25/2023 $ 399,102.50 $ 399,102.50 3 1,596,410.00$ 1,197,307.50$ -$ 1,197,307.50$ 1,225,602.69$ 1,995,512.50$ NF-C 0.00% 28.08%
15
7006758
AMERICAN CONCRETE
WASHOUTS, INC.
CONCRETE WASHOUT CONTAINER
SVCS
CHANEY,
HELEN
Environmental
Affairs
Department
4/19/2019 4/18/2022
2 YR/3-1 YR
OPT
4/18/2024 $ 395,937.50 $ 508,500.00 1 557,500.00$ -$ 49,000.00$ 49,000.00$ 417,625.34$ 1,745,312.50$ WM 0.00% 0.00%
16
7007036 CINTAS CORPORATION NON-STERILE DISPOSABLE GLOVES
Foster,
David
Procurement &
Materials
Management
Department
4/7/2021 4/6/2022
1 YR/1 YR
OPT
4/6/2023 $ 274,000.00 $ 274,000.00 0 274,000.00$ -$ -$ -$ 160,649.00$ 1,370,000.00$ WF 0.00% 0.00%
17
8005297 ECSI CONSULTING, INC.
INNOVATION CONSULTING AND
PLANNING SERVICES
HALLIBURT
ON, CATHY
Innovation and
Transformation
5/20/2019 5/19/2022
2 YRS/3-1 YR
OPT
5/19/2024 $ 250,000.00 $ 500,000.00 1 750,000.00$ 250,000.00$ -$ 250,000.00$ 514,770.44$ 1,250,000.00$ WM 0.00% 0.00%
18 N2
7006629 WILSON OFFICE INTERIORS LLC OFFICE FURNITURE
HALLIBURT
ON, CATHY
Procurement &
Materials
Management
Department
6/29/2018 6/28/2022
3 YR/3-1 YR
OPT
6/28/2024 $ 249,450.00 $ 598,770.00 1 1,965,238.05$ 399,180.00$ 967,288.05$ 1,366,468.05$ 1,537,756.71$ 1,197,480.00$ HF-C 0.00% 2.38%
19 N1
8005400 APERIO INSIGHTS, LLC
ON-DEMAND CONSUMER RESEARCH
FOR CONCEPT TESTING
BREWER,
CHRISTIAN
Customer
Experience
4/23/2021 4/22/2022
1 YR/4-1 YR
OPT
4/22/2026 $ 244,110.00 $ 237,000.00 0 237,000.00$ -$ -$ -$ 143,730.00$ 1,185,000.00$ PM-C 18.00% 100.00%
20
7006113
CASPER AIRPORT SOLUTIONS,
INC.
NOISE MONITORING SYSTEM (NMS)
SVCS
HAMILTON,
SHANNON
Environmental
Affairs
Department
6/1/2015 5/31/2022
3 YRS/7-1 YR
OPT
5/31/2025 $ 230,000.00 $ 298,459.00 4 872,314.00$ 512,272.00$ 61,583.00$ 573,855.00$ 812,914.81$ 1,022,314.00$ WM 0.00% 0.00%
21 N4
8005248 WILLIS TOWERS WATSON
TOTAL REWARDS CONSULTANT FOR
BENEFITS
Ramirez,
Sara
Human
Resources
Department
7/1/2019 6/30/2022
1 YR/4 YR
OPT
6/30/2024 $ 173,000.00 $ 139,550.00 2 422,786.50$ 283,236.50$ -$ 283,236.50$ 386,108.19$ 595,786.50$ WM 12.50% 10.11%
22
7006916 GEOMATIC RESOURCES LLC
LAND SURVEYING APPLICATION
MAINTENANCE SERVICE PLAN
HAMILTON,
SHANNON
Design, Code, &
Construction
4/2/2020 4/1/2022
1
YR/INDEFINIT
E
4/1/2022 $ 163,000.00 $ 153,736.00 1 312,381.00$ 158,645.00$ 158,645.00$ 317,290.00$ 310,171.00$ 475,381.00$ WM 0.00% 0.00%
23
7006368 VEOCI INC. VEOCI SOFTWARE AND SERVICES
CHANEY,
HELEN
Information
Technology
Services
Department
6/1/2016 5/31/2022
1 YR/YR-YR
OPT
5/31/2022 $ 142,536.03 $ 44,955.00 5 400,085.80$ 277,872.80$ 77,258.05$ 355,130.85$ 364,954.61$ 542,621.83$ IM 0.00% 0.00%
24
8005359
CUSHMAN & WAKEFIELD OF
TEXAS, INC.
REAL ESTATE APPRAISAL SERVICES
TURNER,
MELISSA
Commercial
Development
Department
7/1/2020 6/30/2022
2 YR/3-1 YR
OPT
6/30/2025 $ 100,000.00 $ 100,000.00 0 100,000.00$ -$ -$ -$ 3,000.00$ 500,000.00$ WM 0.00% 0.00%
25
8005360
JLL VALUATION & ADVISORY
SERVICES, LLC
REAL ESTATE APPRAISAL SERVICES
TURNER,
MELISSA
Commercial
Development
Department
7/1/2020 6/30/2022
2 YR/3-1 YR
OPT
6/30/2025 $ 100,000.00 $ 100,000.00 0 100,000.00$ -$ -$ -$ -$ 500,000.00$ WM 0.00% 0.00%
26
8005345 PYLES WHATLEY REAL ESTATE APPRAISAL SERVICES
TURNER,
MELISSA
Commercial
Development
Department
7/1/2020 6/30/2022
2 YR/3-1 YR
OPT
6/30/2025 $ 100,000.00 $ 100,000.00 0 100,000.00$ -$ -$ -$ 47,000.00$ 500,000.00$ WM 0.00% 0.00%
27
7004058
OAG AVIATION WORLDWIDE
LLC
FLIGHT DATA INFORMATION LICENSE
& MAINT
Ashraf,
Mubina
Information
Technology
Services
Department
7/1/2008 6/30/2022
1 YR/YR-YR
OPT
6/30/2022 $ 78,000.00 $ 21,945.00 13 514,942.00$ 353,053.00$ 139,944.00$ 492,997.00$ 451,299.18$ 592,942.00$ WM 0.00% 0.00%
28
7006057 LINKEDIN CORPORATION ONLINE RECRUITING SERVICES
Ramirez,
Sara
Human
Resources
Department
5/8/2014 5/8/2022
1 YR/YR-YR
OPT
5/8/2022 $ 72,196.00 $ 37,250.00 7 647,632.50$ 534,408.67$ 75,973.83$ 610,382.50$ 643,732.50$ 719,828.50$ WF 0.00% 0.00%
29
8001999
AMADEUS AIRPORT IT
AMERICAS, INC.
PROPWORKS MAINTENANCE
Ashraf,
Mubina
Information
Technology
Services
Department
5/1/2005 4/30/2022
1 YR/YR-YR
OPT
4/30/2022 $ 68,611.98 $ 47,000.00 18 988,740.52$ 889,122.52$ 52,618.00$ 941,740.52$ 977,069.19$ 1,049,352.50$ WM 0.00% 0.00%
30
7003634 LONGVIEW OF AMERICA, LLC
BUDGET & CONTINUOUS
FORECASTING SOFTWARE
Ashraf,
Mubina
Information
Technology
Services
Department
12/30/2004 5/31/2022
135 DYS/YR-
YR OPT
5/31/2022 $ 63,558.88 $ 660,280.00 14 1,802,510.67$ 743,581.67$ 398,649.00$ 1,142,230.67$ 1,778,584.89$ 1,866,069.55$ WM 0.00% 0.00%
31
7006938
J.V. MANUFACTURING, INC.
DBA CRAM-A-LOT
COMPACTOR CONTAINER REPAIR
SERVICES
CHANEY,
HELEN
Environmental
Affairs
Department
6/15/2021 6/14/2022
1 YR/4-1 YR
OPT
6/14/2026 $ 60,000.00 $ 84,125.00 0 84,125.00$ -$ -$ -$ 7,140.54$ 324,125.00$ WM 0.00% 0.00%
32 N2
8005350
CM2 GROUP LLC DBA THE
BERGERAC GROUP
POWER TALK TRAINING
Ramirez,
Sara
Human
Resources
Department
4/1/2020 3/31/2022
1 YR/YR-YR
OPT
3/31/2022 $ 53,730.00 $ 25,000.00 1 86,895.00$ 39,000.00$ 22,895.00$ 61,895.00$ 54,075.00$ 140,625.00$ WF 0.00% 100.00%
33
8004839
INDUSTRIAL/ORGANTIONAL
SOLUTIONS, INC.
POLICE/FIRE PROMOTIONAL
EXAMINATION SVCS
Ramirez,
Sara
Human
Resources
Department
5/13/2013 5/12/2022
1 YR/YR-YR
OPT
5/12/2021 $ 50,000.00 $ 35,740.00 8 220,675.00$ 130,000.00$ 54,935.00$ 184,935.00$ 147,690.75$ 270,675.00$ WM 0.00% 0.00%
34
7007100
REAL-TIME TECHNOLOGY
SOLUTIONS, INC.
QUERYSURGE DATA TESTING
SOFTWARE
SEYMOUR,
MIRIAM
Information
Technology
Services
Department
6/22/2021 6/21/2022
1 YR/YR-YR
OPT
6/21/2022 $ 45,340.00 $ 24,387.00 0 24,387.00$ -$ -$ -$ 24,387.00$ 69,727.00$ WM 0.00% 0.00%
35 N2
8004956
EXECUTIVE DEVELOPMENT
ASSOCIATES, INC.
CRITICAL THINKING WORKSHOP
Ramirez,
Sara
Human
Resources
Department
10/15/2014 4/15/2022
6 MOS+1
YR/YR-YR OPT
4/15/2022 $ 41,720.00 $ 9,000.00 7 202,623.54$ 106,000.00$ 87,623.54$ 193,623.54$ 166,193.54$ 244,343.54$ WF-C 0.00% 24.44%
36
8005146
THE EFFECTIVE EDGE
WORLDWIDE, LLC
CONSULTING SVCS: EDGE TRAINING
Ramirez,
Sara
Human
Resources
Department
5/3/2017 5/2/2022
1 YR/YR-YR
OPT
5/2/2022 $ 30,000.00 $ 18,000.00 4 119,317.00$ 95,217.00$ 6,100.00$ 101,317.00$ 85,422.10$ 149,317.00$ WF 0.00% 0.00%
37
7006645 OPTIV SECURITY, INC.
CYBER SECURITY SOFTWARE
TRAINING SYSTEM
Ashraf,
Mubina
Information
Technology
Services
Department
5/8/2018 5/7/2022
3 YRS/2-1 YR
OPT
5/7/2023 $ 18,953.79 $ 46,005.33 1 61,340.64$ -$ 15,335.31$ 15,335.31$ 61,340.44$ 79,934.43$ WM 0.00% 0.00%
38
8004204 COOPER CLINIC, PA EXECUTIVE PHYSICALS
Ramirez,
Sara
Human
Resources
Department
5/9/2011 12/31/2021
1YR +203
DYS/4 1-YR
OPT +1 YR
/YR-YR OPT
12/31/2022 $ 15,000.00 $ 12,000.00 9 103,000.00$ 15,000.00$ 76,000.00$ 68,000.00$ 97,727.00$ 118,000.00$ WM 0.00% 0.00%
39
8005202
RUBY CANYON
ENVIRONMENTAL, INC.
AIRPORT CARBON ACCREDITATION
THIRD PARTY VERIFICATION SVCS
HAMILTON,
SHANNON
Environmental
Affairs
Department
6/5/2018 6/4/2022
1 YR/4-1 YR
OPT
6/4/2023 $ 15,000.00 $ 12,200.00 3 46,132.00$ 33,932.00$ 33,932.00$ 67,864.00$ 46,132.00$ 60,132.00$ WM 0.00% 0.00%
40
7007023 UNIFIRST HOLDINGS, INC. UNIFORM RENTAL SERVICES
Foster,
David
ETAM -
Energy,Transpor
tation & Asset
Management
2/5/2021 2/4/2023
2 YR/3-1 YR
OPT
2/4/2026 $ 12,902.90 $ 27,317.60 0 38,317.60$ -$ 11,000.00$ 11,000.00$ 27,236.51$ 68,294.00$ WM 0.00% 0.00%
41
8005091 COLEMAN, JOSEPH GROUP FITNESS INSTRUCTOR
Ramirez,
Sara
Human
Resources
Department
7/1/2016 6/30/2022
1 YR/YR-YR
OPT
6/30/2022 $ 6,000.00 $ 14,000.00 5 46,500.00$ 32,500.00$ -$ 32,500.00$ 40,300.00$ 52,500.00$ WM 0.00% 0.00%
42
7006743 BLAGG TIRE WHOLESALE
TIRE REPAIR & PARTS SVCS: LARGE
VEHICLES & HEAVY EQUIPMENT
CHANEY,
HELEN
ETAM -
Energy,Transpor
tation & Asset
Management
3/18/2019 3/17/2023
3 YRS/2-1 YR
OPT
3/17/2024 $ 5,100.00 $ 45,013.50 1 49,913.50$ 4,900.00$ -$ 4,900.00$ 109,560.03$ 64,913.50$ WM 0.00% 0.00%
NS Sole Source or Specified Sources
N1 Prime Contractor is a certified D/S/M/WBE therefore their self-performance counts towards the D/S/M/WBE commitment.
N2 Prime Contractor is a certified D/S/M/WBE therefore their self-performance counts towards the Board's overall D/S/M/WBE Program goal.
N3 In accordance with the Board’s historical SBE Program, the SBE commitment was 15% for this contract and 13.61% SBE participation was achieved during the installation phase. The contract is currently in maintenance phase.
N4 Prime Contractor has committed to achieving the original SBE commitment inclusive of the Board Action and to meet the 12.5% SBE commitment by the end of Q1 2022
N5 In accordance with the Board’s M/WBE Program, the M/WBE goal for this contract is 15%. Willow Technologies committed to achieving 15% M/WBE participation and is currently achieving 3.53%. Willow has committed to achieving the original M/WBE commitment inclusive of this Board Action and BDD is receipt of their compliance plan.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
Excess Workers' Compensation Insurance
Resolution #
Action
That the Chief Executive Officer or designee be authorized to bind and procure an Insurance Policy for
Excess Workers' Compensation Insurance with Midwest Employers Casualty Insurance Company in the
amount of $326,764.00 for the policy year effective March 1, 2022.
Description
This action will authorize the procurement of Excess Workers' Compensation Insurance with Midwest
Employers Insurance Company in the amount of $326,764.00 by DFW Airport's Risk Management
Department.
2022 Premium: $326,764.00
Premium represents a $28,921.00 (9.71%) increase over 2021 Premium.
Increase was driven by greater claim activity, higher exposure base, and higher overall
market rates.
2022 Coverage outline:
Limits: Workers Compensation benefits are unlimited in the state of Texas
Retention: $900,000.00
Justification
Coverage will protect the Board from substantial employee injury losses.
Texas statute requires the Board to provide Workers' Compensation benefits to employees who
suffer an injury or illness while in the course and scope of their employment.
Workers' Compensation benefits are statutorily unlimited in the State of Texas.
Workers' Compensation benefits extend to wage replacement and medical costs. This includes
weekly indemnity payments, coverage for ongoing medical care, and lump sum payments to the
employee's dependents in the event of a fatality.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
N/A - Not subject to a goal per the Board's M/WBE Policy due to the nature of the procurement.
(Insurance Premiums)
Schedule/Term
One year policy effective March 1, 2022 - March 1, 2023
Contract # Agreement # Purchase Order # Action Amount Revised Amount
$326,764.00 $0
For Information contact
Catrina Gilbert
3-5535
Fund Project # External Funding Source Amount
Operating Fund $326,764.00
Resolution #
Additional Information
The market solicitation was managed through the office of Willis Towers Watson, Willis of Texas, Inc.
Four (4) carriers were solicited:
Midwest Employers Casualty Insurance (incumbent)
WR Berkley
Safety National
Chubb
One carrier provided a viable quote:
Midwest Employers Casualty Insurance (incumbent)
The other carriers provided interest; however, no firm quote was obtained from any market by the
end of the solicitation process.
It is recommended to bind coverage with the incumbent, Midwest Employers Casualty Insurance.
They are rated by A.M. Best as an A+ (Superior) company, and maintain a financial stability of XV
($2 Billion or greater).
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to bind and procure an Insurance Policy for
Excess Workers' Compensation Insurance with Midwest Employers Casualty Insurance Company in the
amount of $326,764.00 for the policy year effective March 1, 2022.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:27 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:11 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:19 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 12:35 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
All-Risk Property Insurance
Resolution #
Action
That the Chief Executive Officer or designee be authorized to bind and procure an insurance policy for
All-Risk Property Insurance, with American Home Assurance Company of New York, NY (AIG) as the
primary insurance carrier in the total amount of $9,961,099.00 for the policy period effective March 1, 2022.
Description
This action will authorize the procurement of All-Risk Property Insurance with American Home
Assurance Company of New York, NY (AIG) as the primary carrier in the amount of $9,961,099.00
by DFW Airport's Risk Management Department.
Total premium in the amount of $9,961,099.00
$1,244,058.00 (14.27%) premium increase over 2021 actual premium.
Premium increase was driven by limited market appetite for high dollar property risks.
Rate change represents a 11.73% increase over 2021 expiring.
2022 coverage limit remains the same:
Coverage Limit: $2 Billion
Deductible: $250,000.00
Justification
This action is in support of the Airport's contractual requirements for the Master Bond Ordinance.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
N/A - Not subject to a goal per the Board's M/WBE Policy due to the nature of the procurement.
(Insurance Premiums)
Schedule/Term
One year policy effective March 1, 2022 through March 1, 2023
Contract # Agreement # Purchase Order # Action Amount Revised Amount
$9,961,099.00 $0
For Information contact
Catrina Gilbert
3-5535
Fund Project # External Funding Source Amount
Operating Fund $9,662,266.00
PFIC-Grand Hyatt $179,300.00
PFIC-Hyatt Place $19,922.00
PFIC-RAC $39,844.00
PFIC-Campus West $59,767.00
Resolution #
Additional Information
The renewal was administered through the office of Willis Towers Watson, Willis of Texas, Inc.
Incumbent insurance carrier: American Home Assurance Company of New York, NY (AIG) has been
affirmed as having an A.M. Best Rating of "A, XV"
56 carriers were solicited from markets in the USA, Bermuda, London and Europe.
26 carriers provided competitive quotes. The other seventeen carriers either offered indications that
were not viable in the end or declined to quote entirely.
It is recommended to bind insurance with the incumbent, AIG, and all other contributing insurance
carriers.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to bind and procure an insurance policy for
All-Risk Property Insurance, with American Home Assurance Company of New York, NY (AIG) as the
primary insurance carrier in the total amount of $9,961,099.00 for the policy period effective March 1, 2022.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:32 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:11 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:20 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 12:35 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
Reimbursement Agreement with American Airlines, Inc. -
Terminal C Renovations - AA Support Space Relocations -
Design Phase.
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (AA) for the design phase of the relocation of AA support space for the Terminal C
renovations project in an amount not to exceed $1,461,553.05.
Description
DFW Signatory Airlines approved a Majority-In-Interest capital improvement request for the Terminal
C Renovations project in connection with the Central Terminal Area Expansion, Terminals A and C
Programs.
Upon execution of a Reimbursement Agreement with AA, DFW will reimburse AA (or its contractors)
for the design phase costs of the projects.
Future Board Actions to add construction services to the Reimbursement Agreement will be brought
forth for approval upon establishing a not to exceed amount for the total project.
Justification
These projects will require close coordination with affected stakeholders to minimize conflicts and
improve project delivery which can be more efficiently planned and implemented by AA.
D/S/M/WBE Information
American Airlines has set a 31% M/WBE goal for the Support Spaces Fit-Out Design Phase, CTA
Expansion Terminal A and C Program. American Airlines has awarded the following:
Design Professional ($862,493.05) to Ghafari Associates, LLC. Ghafari Associates, LLC has
committed to achieving 36.41% M/WBE participation; see attached list of subcontractors.
Project Management ($288,860.00) to R. M. Chin & Associates. R. M. Chin & Associates (APF-C)
has committed to achieving 100% overall M/WBE participation through self-performance.
Design Management ($310,200.00) to Corgan Associates, Inc. Corgan Associates, Inc. will
self-perform the design management work. Due to the specialized nature of the work, American
Airlines has set a zero percent M/WBE goal.
The 36.41% M/WBE committed participation and the overall self-performance work excludes a total
of $99,125.05 in contingency. Any M/WBE participation achieved on the contingency amount will be
credited towards the M/WBE commitment.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
NTE $1,461,553.05 $0
For Information contact
Donnell Harvey
3-4640
Fund Project # External Funding Source Amount
Joint Capital Acct 26908-91 $1,461,553.05
Resolution #
Additional Information
In this Board item, AA's participation levels for the fit-out and related projects design phases are
shown in the D/S/M/WBE section below. Once AA is complete with design, they will submit to DFW
their proposed construction phase participation levels for review by DFW in advance of a second
Board item for the construction phase to complete the projects.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (AA) for the design phase of the relocation of AA support space for the Terminal C
renovations project in an amount not to exceed $1,461,553.05..
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:37 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:28 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 11:41 am
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 11:38 am
Pending
Chief Executive Officer Date
American Airlines Reimbursement Agreement
AA Support Spaces Fit-out Projects-Design Phase, CTA
Expansion Terminal A and C Program
Minority Subcontractor List
PRIME: Ghafari Associates, LLC
M/WBE Subcontractors
MEP Consulting Engineers, Inc.
WBE
WF-C
34.23%
Sunland Group, Inc.
WBE
WF-C
1.98%
Access by Design, Inc.
WBE
WF-C
0.20%
Total 36.41%
Overall M/WBE Total 36.41%
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
Reimbursement Agreement with American Airlines, Inc. -
Baggage Handling System Installation and Integration
Project - Design Phase, Terminal A and C Expansion
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (AA) for the design phase of the baggage handling system installation and integration
project for the Terminal A and C Expansion project in an amount not to exceed $7,026,334.92.
Description
DFW Signatory Airlines approved a Majority-In-Interest capital improvement request for the Terminal
A and C Expansion project in connection with the Central Terminal Area Expansion, Terminal A and
C Program.
Upon execution of a Reimbursement Agreement with AA, DFW will reimburse AA (or its contractors)
for the design phase costs of the project.
Future Board Actions to add construction services to the Reimbursement Agreement will be brought
forth for approval upon establishing a not to exceed amount for the total project.
Justification
These projects will require close coordination with affected stakeholders to minimize conflicts and
improve project delivery which can be more efficiently planned and implemented by AA.
D/S/M/WBE Information
American Airlines has set a 31% M/WBE goal for the BHS Installation and Integration Project-Design
Phase, CTA Expansion Terminal A and C Program. American Airlines has awarded the following:
Systems Controls and Programming ($840,000) to Brock Solutions U.S. Inc (WF-C). Brock Solutions
U.S. Inc. has committed to achieving 100% overall M/WBE participation through self-performance.
Systems Analysis ($133,957.20) to Transsolutions LLC (WF-C). Transsolutions has committed to
achieving 100% overall M/WBE participation through self-performance.
Design Management ($563,000) to be self-performed by CAGE, Inc. Due to the limited amount of
qualified firms for the specific scope of work, American Airlines has set a zero percent M/WBE goal
on design management.
Program Management ($189,250) to be self-performed by Studdiford Technical Solutions. Due to
Studdiford Technical Solutions current role as DFW BHS Program Manager, American Airlines has
set a zero percent M/WBE goal on project management.
The 58% M/WBE committed participation is on $1.7 million which excludes $4.7 million in
exempt/specified services and $638,757.72 in contingency. Any M/WBE participation achieved on
the contingency amount will be credited towards the M/WBE commitment.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
NTE $7,026,334.92 $0
For Information contact
Donnell Harvey
3-4640
Fund Project # External Funding Source Amount
Joint Capital Acct 26908-90 $7,026,334.92
Resolution #
Additional Information
In this Board item, AA's participation levels for the baggage handling system installation and
integration project design phase is shown in the D/S/M/WBE section. Once AA is complete with
design, they will submit to DFW their proposed construction phase participation levels for review by
DFW in advance of a second Board item for the construction phase to complete the project.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (AA) for the design phase of the baggage handling system installation and integration
project for the Terminal A and C Expansion in an amount not to exceed $7,026,334.92.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:39 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:28 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 11:41 am
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 11:38 am
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Finance/Audit
Subject
Reimbursement Agreement with American Airlines, Inc. for
Terminal E Satellite Conveyances Modernization
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (AA) for the modernization of moving power walks and escalators that serve the
Terminal E Satellite and associated work in an amount not to exceed $14,320,642.60.
Description
DFW Signatory Airlines approved a Majority-In-Interest capital improvement requests for the
modernization of the 4 moving power walks and 6 escalators (and associated work) that serve the
Terminal E Satellite.
Upon execution of a Reimbursement Agreement with American, DFW will agree to reimburse
American (or its contractors) for the design, construction and installation costs incurred for the
Terminal E Satellite Conveyances Modernization project.
Costs will be recovered from the Airlines through future terminal rent.
Justification
The average usable statistical life span of conveyance units and conveyance parts per the industry
standard is 20 years.
The moving power walks and escalators were installed in the Terminal E Satellite thirty-three years
ago in 1988 and they have exceeded their usable life cycle.
The moving power walks and escalators have required substantial maintenance and repair work to
keep them operating.
An analysis of maintenance work orders revealed technical evidence on significant breakdown and
longer maintenance times.
D/S/M/WBE Information
American Airlines has set a 31% M/WBE goal for the Terminal E Conveyances Modernization project. American Airlines
has awarded the following:
Construction ($14,016,374.60) to Broaddus Construction. Broaddus Construction has committed to achieving 35.29%
M/WBE participation; see attached list of subcontractors.
Project Management ($275,728.00) to R.M. Chin & Associates. R. M. Chin & Associates (APF-C) has committed to
achieving 100% overall M/WBE participation through self-performance.
Design Management ($28,540.00) to Moody-Nolan, Inc. Moody-Nolan, Inc. (BM-C) has committed to achieving 100%
overall M/WBE participation through self-performance.
The 35.29% M/WBE committed participation excludes $9.29 million in exempt/specified services and $1.3 million in
contingency. Any M/WBE participation achieved on the contingency amount will be credited towards the M/WBE
commitment.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
NTE $14,320,642.60 $0
For Information contact
Donnell Harvey
3-4640
Fund Project # External Funding Source Amount
Joint Capital Acct 26936-01 $14,320,642.60
Resolution #
Additional Information
The scope of this project includes:
Replacement of all operational components of the 4 moving power walks and 6 escalators.
Installation of new handrails which will result in a fully code compliant conveyance system.
Installation of new technology components to address all operational, reliability and safety
device concerns.
This project is contingent upon MII approval of a supplemental request to increase the
Reimbursement Agreement not to exceed amount from $10,178,300.00 to a revised not exceed
amount of $14,320,642.60. This increase is due to cost escalation and night work that was not fully
realized in previous cost estimates.
Additional Attachments: Y
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute a Reimbursement Agreement with
American Airlines, Inc. (American) for the modernization of moving power walks and escalators that serve
the Terminal E Satellite and associated work in an amount not to exceed $14,320,642.60.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:52 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:29 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 11:44 am
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 11:38 am
Pending
Chief Executive Officer Date
American Airlines Reimbursement Agreement
Terminal E Conveyances Modernization Project
Minority Subcontractor List
PRIME: Broaddus Construction
M/WBE Subcontractors
Post L Group, LLC
MBE
BM-C
22.69%
Subtotal
22.69%
Denali Constructions Services, LP
WBE
WF-C
6.42%
Subtotal 6
.42%
Alman Construction Services, LP
MBE
HM-C
2.92%
Real Network Services, Inc.
MBE
HM-C
1.02%
Prodigy Design & Renovation, Inc.
MBE
HM-C
0.15%
Subtotal 4.09%
DMCA, Inc.
WBE
HF-C
2.09%
Subtotal 2
.09%
Total 35.29%
Overall M/WBE Total 35.29%
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
COMMITTEE DISCUSSION ITEM
Meeting Date
02/03/2022
Subject
Monthly Report
Committee
Finance/Audit
Item For Discussion
Report to the Airport Board all Contracts and Purchase Orders valued between $25,000.00 and $50,000.00,
and Contracts Increases/Decreases valued between $25,000.00 and $50,000.00, for the month of
December 2021.
Description
Report to the Airport Board all Contracts and Purchase Orders valued between $25,000.00 and
$50,000.00, and Contracts Increases/Decreases valued between $25,000.00 and $50,000.00, for the
month of December 2021.
PURCHASE ORDERS BETWEEN $25,000.00 AND $50,000.00 (DECEMBER 2021)
VENDOR/LOCATION
PO/
CONTRACT
NO.
DESCRIPTION
DEPARTMENT
AMOUNT
OTT Hydromet Corp.
Sterling Virginia
278568
Melissa Turner
Runway temperature sensor bench stock/spare parts
Parts to maintain bench stock in support of
inclement weather.
Sole Source
Energy,
Transportation &
Asset Management
$34,717.71
Paid to Date:
$0.00
Requisition No. 280017
Siddons-Martin Emergency Group
Houston, Texas
278546
Melissa Turner
Vehicle Damage Repairs
Repairs resulting from the Feb. 2021 Winter
Weather event.
Emergency purchase
Energy,
Transportation &
Asset Management
$31,997.29
Paid to Date:
$31,997.29
Requisition No. 279839
Sunbelt Rentals, Inc.
Grapevine, Texas
278573
Melissa Turner
Demobilization of temporary sewer pump
Turnkey installation, rental and demobilization
of temporary sewer pump.
Emergency Purchase
Energy,
Transportation &
Asset Management
$34,461.52
Paid to Date:
$0.00
Requisition No. 280110
TOTAL $101,176.52
GENERAL SERVICES CONTRACTS BETWEEN $25,000.00 AND $50,000.00 (DECEMBER 2021)
VENDOR/LOCATION
PO/
CONTRACT NO.
DESCRIPTION
DEPARTMENT
AMOUNT
ESO Solutions, Inc.
Austin, Texas
7007040
Mubina Ashraf
Records Management System (RMS) Implementation
and Solution
Sole Source
Contract Term: One year, with four one-year
renewals
Information
Technology Services
$38,016.00
Paid to Date:
$0.00
TOTAL
$38,016.00
CONTRACT/PURCHASE ORDER INCREASES/DECREASES ($25,000 OR GREATER)
(APPROVED BY BOARD STAFF UNDER THEIR DELEGATED AUTHORITY DECEMBER 2021)
VENDOR/LOCATION
PO/
CONTRACT NO.
DESCRIPTION
DEPARTMENT
CONTRACT DATA
Chem-Aqua Inc
Irving, Texas
7006380
David Foster
Condenser Water Treatment
Increase Contract for products.
Energy,
Transportation &
Asset Management
Contract Value:
This Action:
Revised Contract Value:
Paid to Date:
$376,250.00
$30,000.00
$406,250.00
$389,260.31
JMR Technology
Arlington, Texas
7006998
Cathy Halliburton
Baggage Handling Systems
Increase Contract for parts.
Energy,
Transportation &
Asset Management
Contract Value:
This Action:
Revised Contract Value:
Paid to Date:
$12,962.80
$37,000.00
$49,962.80
$17,927.00
Milby LLC
N1
Southlake, Texas
8005115
Joy Tuider
Legal Services - Construction/Engineering
Matters
Increase Contract for services.
Legal
Contract Value:
This Action:
Revised Contract Value:
Paid to Date:
$545,000.00
$49,500.00
$594,500.00
$577,435.00
Mobile Wireless LLC
Plano, Texas
7006613
Mubina Ashraf
Net Motion Mobility Software Support
Contract Renewal
Information
Technology
Services
Contract Value:
This Action:
Revised Contract Value:
Paid to Date:
$80,830.00
$34,366.00
$115,196.00
$115,196.00
Note:
1. SBE certified through the North Central Texas Regional Certification Agency
TOTAL
$150,866.00
Concessions/Commercial Development Committee Meeting Agenda February 1, 2022 Page 1 of 1
AGENDA
CONCESSIONS/COMMERCIAL DEVELOPMENT COMMITTEE
Tuesday, February 1, 2022
12:55 p.m.
CONCESSIONS/COMMERCIAL DEVELOPMENT COMMITTEE
28.
Approve the minutes of the Concessions/Commercial Development
Meeting of January 4, 2022.
Consent Item for Consideration
Zenola Campbell
29.
Approve execution of a Permit by and between Dish Wireless LLC and the
Dallas Fort Worth International Airport Board.
30.
Approve ratification and execution of Contract No. 8005463 with Collinson
Assistant Services, Inc. and the Dallas Fort Worth International Airport
Board for COVID-19 testing.
Action Items for Consideration
Dean Ahmad
31.
Approve execution of Contract No. 7007159, for Shuttle Bus Staffing
Operations with ABM Aviation, Inc., of Atlanta, Georgia, in an amount not
to exceed $10,996,320.84, for the initial three-year term of the Contract,
with options to renew for three additional two-year periods.
Sharon McCloskey
32.
Approve execution of Contract No. 7007146, for Custodial Services for
Terminal E, with Diverse Facility Solutions (DFS) Global of Irving, Texas,
in an amount not to exceed $28,067,128.92, for the initial three-year term
of the Contract, with options to renew for two additional one-year periods.
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Concessions/Commercial
Development
Subject
Permit with Dish Wireless LLC
Resolution #
Action
That the Board hereby approves the execution of a Permit by and between Dish Wireless LLC and the
Dallas Fort Worth International Airport Board.
Description
A Permit was issued to Dish Wireless LLC to maintain and operate two antenna sites on DFW Airport
Property at the North Pylon and South Pylon.
The term shall be for ten years, with an option to renew for an additional five years, effective
February 3, 2022.
Permitee shall pay an initial annual Concession Fee of $180,000 with 3% increases annually.
Justification
This provides cellular service for Dish Wireless customers at the Airport.
This action is based on the Concessions Policy 2.2.1 (F) Direct Negotiation, Renewal,or Extension of
Existing Concessions.
This action requires an approval to exceed Concessions Policy 1.5, Term Limitation; the extended
lease term will exceed ten year term limitation.
This action meets the Board's Concession Policy 1.3.2 of providing and improving the shopping,
dining and service experience at DFW International Airport.
D/S/M/WBE Information
The annual goal for the ACDBE Program is 31%.
In accordance with the Board's ACDBE Program, an ACDBE goal was not set for this lease due to no
availability of ACDBE firms to provide this service.
The M/WBE goal for design and construction is 30%.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
$0 $0
For Information contact
Zenola Campbell
3-4830
Fund Project # External Funding Source Amount
$0
Resolution #
Additional Information
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Board herby approves the execution of a Permit by and between Dish Wireless LLC and the Dallas
Fort Worth International Airport Board.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 10:57 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:17 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:20 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 10:19 am
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Concessions/Commercial
Development
Subject
Ratification of Contract No. 8005463 for
COVID-19 Testing
Resolution #
Action
That the Board ratify and approve the execution of Contract No. 8005463 with Collinson Assistant Services,
Inc. and the Dallas Fort Worth International Airport Board for COVID-19 testing.
Description
This action would ratify a Contract to utilize the two existing locations, located in Terminal D at gates
D7 and D40, and the Multipurpose Conference Room at the Rental Car Center for Antigen testing.
Antigen testing at gates D7 and D40 began on January 14, 2022.
The duration of the testing period is for 60 days and will cost approximately $650,000.
Each Antigen test will be at a cost of $32.00.
Justification
This action will allow the DFW International Airport Board to provide COVID-19 Antigen testing for all
employees at the Airport.
D/S/M/WBE Information
The existing ACDBE and M/WBE commitments will continue to apply.
Contract # Agreement # Purchase Order # Action Amount Revised Amount
8005463 $650,000 $0
For Information contact
Zenola Campbell
3-4830
Fund Project # External Funding Source Amount
102 $650,000
Resolution #
This Contract is exempt from public procurement in accordance to Local Government Code 252.022, as it is
a procurement necessary to preserve or protect the public health and safety of the Airport's traveling public,
tenants and employees.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Board ratify and approve the execution of Contract No. 8005463 with Collinson Assistant Services,
Inc. and the Dallas Fort Worth International Airport Board for COVID-19 testing.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 11:35 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:17 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:20 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Jan 19, 2022 2:37 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Concessions/Commercial
Development
Subject
Remote Parking Busing Operation Services
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007159, for Shuttle Bus
Staffing Operations with ABM Aviation, Inc., of Atlanta, Georgia, in an amount not to exceed
$10,996,320.84, for the initial three-year term of the Contract, with options to renew for three additional
two-year periods.
Description
Award a Contract for Shuttle Bus Staffing Operations in support of the Airport's Transportation
Business Unit.
Justification
This Contract will provide bus transportation services for Airport customers who use the Remote
Parking Lot(s) to park their vehicles. The operators will travel constant, dedicated routes, picking up
and dropping off travelers at designated stops in the parking lots and at specified terminal locations.
This Contract will also provide turn-key operation and maintenance services for buses. Bus
maintenance services will include all preventative and corrective maintenance required to keep the
entire fleet of buses operating in optimum condition. Maintenance will also include exterior and
interior cleaning to maintain proper physical appearance at all times.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 25%
ABM, Aviation Inc. has committed to achieving 25.22% M/WBE participation utilizing AllTex Staffing
& Consulting LLC dba Abba Staffing (WF-C: 24.27%), BMR Janitorial & Pressure Washing Service
(BM-C: .53%), Regali, Inc (IF-C: .42%).
Schedule/Term
Start Date: February 2022
Contract Term: Three year with three two-year renewal options
Contract # Agreement # Purchase Order # Action Amount Revised Amount
7007159 NTE $10,996,320.84 $0
For Information contact
Dean Ahmad
3-4842
Joy Tuider
3-5634
Fund Project # External Funding Source Amount
Operating Fund $10,996,320.84
Resolution #
Additional Information
Two Best Value Bids, none from M/WBE firms, were received on or before the due date of November
24, 2021.
ABM Aviation, Inc., of Atlanta, Georgia
LAZ Parking Texas, LLC, of Dallas, Texas
Based on the evaluations of the bids submitted, Evaluation Committee, consisting of representatives
for the Airport's Parking, Energy, Transportation, and Asset Management (ETAM), Information
Technology Services, and Business Diversity and Development Departments, recommends that the
Contract be awarded to ABM Aviation, Inc. of Atlanta, Georgia.
Projected total of Contract including all renewals, if approved, is $32,988,962.40.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007159, for Shuttle Bus
Staffing Operations with ABM Aviation, Inc., of Atlanta, Georgia, in an amount not to exceed
$10,996,320.84, for the initial three-year term of the Contract, with options to renew for three additional
two-year periods.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 11:36 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:18 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:21 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Parking
Jan 14, 2022 1:04 pm
Pending
Chief Executive Officer Date
DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
OFFICIAL BOARD ACTION/RESOLUTION
Date
02/03/2022
Committee
Concessions/Commercial
Development
Subject
Custodial Services for Terminal E
Resolution #
Action
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007146, for Custodial
Services for Terminal E, with Diverse Facility Solutions (DFS) Global of Irving, Texas, in an amount not to
exceed $28,067,128.92, for the initial three-year term of the Contract, with options to renew for two
additional one-year periods.
Description
Award a Contract for Custodial Services for Terminal E in support of the Airport's Customer
Experience Department.
Justification
Replaces an existing Contract that has been in place for five years.
This Contract will provide comprehensive custodial services throughout Terminal E including gate
lounges, restrooms, Skylink stations, and ramp areas.
Custodial services will be provided 24-hours per day, seven days a week, in order to maintain an
enhanced level of cleanliness necessary to meet the cleanliness standards established by the
Airport.
D/S/M/WBE Information
The annual goal for the M/WBE Program is 31%.
In accordance with the Board's M/WBE Program, the M/WBE goal for this contract is 30%.
Diverse Facility Solutions Global has committed to achieving 100% M/WBE participation including
70% self-performance and 30% subcontracting participation utilizing R.A.S Services ( HM-C: 23%)
and ABBA Staffing & Consulting (WF- C: 7%).
Schedule/Term
Start date: March 2022
Contract Term: Three years with two one-year renewal options
Contract # Agreement # Purchase Order # Action Amount Revised Amount
7007146 NTE $28,067,128.92 $0
For Information contact
Sharon McCloskey
3-4620
Christian Brewer
3-5322
Fund Project # External Funding Source Amount
Operating Fund $28,067,128.92
Resolution #
Additional Information
Ten Proposals, including six from M/WBE firms, were received on or before November 2, 2021.
ABM Aviation, Inc., of Atlanta, Georgia
Ambassador Services LLC, of Houston, Texas
Americas Corporate Building Maintenance, Inc., of Irving, Texas
Diverse Facility Solutions (DFS) Global of Irving, Texas
Member's Building Maintenance LLC, of Dallas, Texas
Midwest Maintenance Company, of Omaha, Nebraska
Paramount Building Solutions of Phoenix, Arizona
The Matworks Company, LLC, of Beltsville, Maryland
Unicare Building Maintenance of Irving, Texas
Uniserve Facilitates Service, of Commerce, California
Ambassador Services LLC and The Matworks Company, LLC were determined to be non-responsive
as the submissions did not meet the specifications outlined in the Airport's solicitation.
Based on evaluations of the Proposals submitted, the Evaluation Committee, consisting of
representatives for the Airport's Customer Experience, Energy, Transportation & Asset Management,
Communications & Marketing, and Business Diversity & Development departments, recommends
that the Contract be awarded to Diverse Facility Solutions (DFS) Global of Irving, Texas, that is the
incumbent.
Projected total of Contract including renewals, if approved, is $47,388,012.92.
Additional Attachments: N
BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD
That the Chief Executive Officer or designee be authorized to execute Contract No. 7007146, for Custodial
Services for Terminal E, with Diverse Facility Solutions (DFS) Global of Irving, Texas, in an amount not to
exceed $28,067,128.92, for the initial three-year term of the Contract, with options to renew for two
additional one-year periods.
Approved as to Form by
Rodriguez, Elaine
Legal Counsel
Jan 20, 2022 11:41 am
Approved as to Funding by
Palacios, Abel
Vice President Finance
Finance
Jan 20, 2022 1:18 pm
Approved as to M/WBE by
Burks Lee, Tamela
Vice President Business Diversity
and Development
Business Diversity and
Development
Jan 19, 2022 9:21 pm
SIGNATURE REQUIRED FOR APPROVAL
Approved by
Department Head
Customer Service
Jan 19, 2022 7:03 am
Pending
Chief Executive Officer Date