AGENDA RETIREMENT/INVESTMENT COMMITTEE MEETING …

87
Retirement/Investment Committee Meeting Agenda May 1, 2018 Page 1 of 1 AGENDA RETIREMENT/INVESTMENT COMMITTEE MEETING TUESDAY, MAY 1, 2018 12:30 p.m. RETIREMENT/INVESTMENT COMMITTEE 1. Approve Minutes of the Retirement/Investment Committee Meeting of March 6, 2018. Discussion Items 2. Annual Valuation Study Presentation by Lewis Ward of Gabriel Roeder Smith & Company.

Transcript of AGENDA RETIREMENT/INVESTMENT COMMITTEE MEETING …

Retirement/Investment Committee Meeting Agenda – May 1, 2018 Page 1 of 1

AGENDA RETIREMENT/INVESTMENT COMMITTEE MEETING

TUESDAY, MAY 1, 2018 12:30 p.m.

RETIREMENT/INVESTMENT COMMITTEE 1. Approve Minutes of the Retirement/Investment Committee Meeting of

March 6, 2018.

Discussion Items 2. Annual Valuation Study Presentation by Lewis Ward of Gabriel Roeder

Smith & Company.

Operations Committee Meeting Agenda – May 1, 2018 Page 1 of 2

AGENDA OPERATIONS COMMITTEE MEETING

TUESDAY, MAY 1, 2018 12:35 p.m.

OPERATIONS COMMITTEE 3. Approve Minutes of the Operations Committee Meeting of April 3, 2018.

Consent Items for Consideration A. Black 4. Approve execution of Purchase Order No. 274427, for Personal Transporters /

Patrollers, to Segway, Inc., of Bedford, New Hampshire, in the amount of $70,060.00.

T. Huddleston 5. Approve rejection of bids received for Solicitation No. 274301, and approve execution of Purchase Order No. 274370, for Police Motorcycles, to LHD Partners dba Longhorn Harley-Davidson, of Grand Prairie, Texas, in the amount of $154,337.00.

6. Approve execution of Purchase Order No. 274395, for Protection Relays, with GE Grid Solutions, LLC, of Atlanta, Georgia, in the amount of $157,779.14.

Action Items for Consideration R. Hodapp 7. Approve execution of Contract No. 9500599, for Rental Car Center Employee

Parking Lot, with Gadberry Construction Company, Inc. of Dallas, Texas, in an amount not to exceed $321,688.00.

8. Approve rescinding of Resolution No. 2018-03-040 for Contract No. 9500620, DFW Terminals B, C & E Department of Public Safety Substation Renovations to Gilbert May, Inc. dba Phillips/May Corporation of Dallas, Texas in an amount not to exceed $500,000.00; and approve execution of Contract No. 9500639, DFW Terminals B, C & E Department of Public Safety Substation Renovation to Gilbert May, Inc. dba Phillips/May Corporation of Dallas, Texas, in the amount not to exceed $500,000.00.

9. Approve execution of Contract No. 500849 with the Federal Aviation Administration for a non-federal reimbursable agreement for the Runway 17C-35C Localizer Upgrade in an amount not to exceed $707,059.53.

10. Approve execution of a Delivery Order to Contract no. 9500583, Job Order Contract, with Brown & Root Industrial Services, LLC, of Houston Texas, in an amount not to exceed $878,420.90.

11. Approve execution of Contract No. 9500617, for Rehabilitate Deicing Ponds 1 and 2 Phase IV, with McCarthy Building Companies, Inc. of Dallas, Texas, in an amount not to exceed $1,524,270.20.

Operations Committee Meeting Agenda – May 1, 2018 Page 2 of 2

12. Approve execution of Contract No. 9500625 for Skylink Fire Detection/Suppression System Replacement, with Gilbert May, Inc. dba Philips/May Corporation of Dallas, Texas, in an amount not to exceed $1,792,333.00.

T. Huddleston 13. Approve ratification of Contract No. 8005219, for Skylink Automatic Train Control (ATC) Upgrade Services with Bombardier Transportation (Holdings) USA Inc., of Pittsburgh, Pennsylvania, in an amount not to exceed $1,000,000.00.

14. Approve execution of Contract No. 7006643, for Uninterruptible Power Supply Batteries, to Rexel, of Fort Worth, Texas, in an amount not to exceed $2,831,944.95, for the initial one-year term of the Contract, with options to renew for four additional one-year terms.

P. Sichko 15. Approve execution of Contract No. 7006561, for Airside Snow Removal Services, with Aero Snow Removal, LLC, of Port Washington, New York, in an amount not to exceed $8,414,087.20, for the initial five year term of the Contract, with options to renew for one additional five-year period.

Discussion Items R. Hodapp 16. Construction and Professional Services Contract Increase(s) approved by

Authorized Staff.

17. Decrease(s)/increase(s) in Scope of Work approved by Authorized Staff.

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectPersonal Transporters / Patrollers

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Purchase Order No. 274427, forPersonal Transporters / Patrollers, to Segway, Inc., of Bedford, New Hampshire, in the amount of$70,060.00.

Description

Purchase ten (10) Personal Transporters / Patrollers to be used by the Airport's Department of PublicSafety (DPS).

Justification

Replacement of existing Segways that are 7 to 9 years old and are consistently inoperable and inneed of repair.

Irreparable Segways have been taken out of service.• Cost to repair existing units is no longer feasible.• Segways are used to improve curb security initiative.•

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Purchase Date: May 2018• Delivery Date: June 2018•

Contract # Agreement # Purchase Order # Action Amount Revised Amount274427 $70,060.00 $0

For Information contactAlan Black3-3500

Keith White3-5638

Fund Project # External Funding Source Amount0102 $70,060.00

Resolution #

Additional Information

The services of this Contract are exempt from competitive bidding, in accordance with LocalGovernment Code 252, as they are available from only one source.

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 Order No. 274427, forPersonal Transporters / Patrollers, to Segway, Inc., of Bedford, New Hampshire, in the amount of$70,060.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 2:31 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:43 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 1:35 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadPublic SafetyApr 17, 2018 3:39 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectPolice Motorcycles

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to reject the bids received for Solicitation No.274301, and execute Purchase Order No. 274370, for Police Motorcycles, to LHD Partners dba LonghornHarley-Davidson, of Grand Prairie, Texas, in the amount of $154,337.00.

Description

Reject the bids received for Solicitation No. 274301 as they did not meet the specifications requiredby the Airport's solicitation.

Purchase five (5) Police Motorcycles for the Airport's Department of Public Safety.•

Justification

When the Airport received the original bids, it was discovered the solicitation specified the wrongmodel of motorcycle. The Airport requests all bids be rejected and move forward with thespecifications for the correct model.

Replaces five (5) Department of Public Safety motorcycles.• These motorcycles will be used by the Airport's Department of Public Safety Traffic Unit performingtraffic control and enforcement, accident investigations, accident reconstructions, and special eventescorts.

Motorcycles selected for replacement have met the criteria established in the Airport's Fleet VehiclePolicy and Procedures (accumulated mileage, condition, life cycle costs, etc.) and are assessed forreplacement by the Vehicle Maintenance Shop.

The replaced motorcycles will be sent to salvage and sold at public auction.•

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Purchase Date: May 2018• Delivery Date: August 2018•

Contract # Agreement # Purchase Order # Action Amount Revised Amount274370 $154,337.00 $0

For Information contactTammy Huddleston3-6132

Keith White3-5638

Fund Project # External Funding Source AmountDFW Capital Acct 26650-01 $154,337.00

Resolution #

Additional Information

One (1) bid, not from an SBE firm, was received on or before the due date of March 27, 2018.• LHD Partners dba Longhorn Harley-Davidson, of Grand Prairie, 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 reject the bids received for Solicitation No.274301, and execute Purchase Order No. 274370, for Police Motorcycles, to LHD Partners dba LonghornHarley-Davidson, of Grand Prairie, Texas, in the amount of $154,337.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:43 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:44 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 1:38 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadEnergy & Transportation MgmtApr 18, 2018 6:12 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectProtection Relays

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Purchase Order No. 274395, forProtection Relays, with GE Grid Solutions, LLC, of Atlanta, Georgia, in the amount of $157,779.14.

Description

Purchase twenty-nine (29) Protection Relays for the Airport's Energy, Transportation & AssetManagement Department.

Justification

The electrical protection relays are used in the Energy Plaza's (Central Utilities Plant) 5 kilovoltelectric distribution system.

Provides fault protection for the facility's transformers, electrical feeders, and large motors.• The existing relays are obsolete, have reached the end of their service life, and are no longersupported by the manufacturer.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Purchase Date: May 2018• Delivery Date: June 2018•

Contract # Agreement # Purchase Order # Action Amount Revised Amount274395 $157,779.14 $0

For Information contactTammy Huddleston3-6132

Keith White3-5638

Fund Project # External Funding Source AmountDFW Capital Acct 26683-01 $157,779.14

Resolution #

Additional Information

Four (4) bids, including two (2) from SBE firms, were received on or before the due date of March 28,2018.

Bidders Bid AmountGE Grid Solutions, LLC in care of Double E Engineering SalesHouston, Texas $157,779.14

EPS Logix, Inc.N1Dallas, Texas $195,205.00

SES Group LLC dba Specialized Electronic ServicesDallas, Texas $211,826.00

TKC Enterprises, Inc.N2Irving, Texas $1,143,417.62

Note:1. SBE-Certified through North Central Texas Regional Certification Agency2. SBE-Certified through North Central Texas Regional Certification Agencyand D/FW Minority Supplier Development Council, State of TexasHUB-Certified

GE Grid Solutions, LLC, of Atlanta, Georgia, 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 Order No. 274395, forProtection Relays, with GE Grid Solutions, LLC, of Atlanta, Georgia, in the amount of $157,779.14.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:45 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:44 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 1:42 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadEnergy & Transportation MgmtApr 18, 2018 6:12 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectRental Car Center Employee Parking Lot

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 9500599, Rental CarCenter Employee Parking Lot, with Gadberry Construction Company, Inc. of Dallas, Texas, in an amount notto exceed $321,688.00.

Description

This action provides for the construction of a 54-space Employee Parking Lot at the Rental CarCenter (RCC).

Work includes, but is not limited to, site clearing, asphalt paving, parking lot lighting, pavementmarkings, signage, irrigation, and landscaping.

Justification

The parking lot will provide additional parking necessary to support RCC operations and employeeneeds.

The additional lot will ensure that RCC retail parking spaces are preserved for customer use only.•

D/S/M/WBE Information

In accordance with the Board's SBE Program, the SBE goal for this contract is 20%.• Gadberry Construction Company, Inc. is a certified Small Business Enterprise (NM-C), therefore willbe counted towards the Board's overall SBE program goals.

Schedule/TermContract duration is 180 calendar days.

Contract # Agreement # Purchase Order # Action Amount Revised Amount9500599 NTE $321,688.00 $0

For Information contactRusty Hodapp3-1891

Fund Project # External Funding Source AmountPFIC 26551-01 $321,688.00

Resolution #

Additional InformationEleven bids were received on or before the due date of March 23, 2018. Gadberry Construction Company,Inc. was determined to be the lowest, responsive, responsible bidder. Joel Brown & Co., LLC's bid wasdeemed non-responsive*. Gadberry is a new contractor to the airport.The bids are as follows:Bidder Amount of Bid*Joel Brown & Co., LLC $263,970.00

Gadberry Construction Company, Inc. $321,688.00

GCC Enterprises Inc. $367,170.00

North Texas Contracting $329,220.00

O. Trevino Construction, LLC $331,400.00

Reyes Group, Ltd. $338,464.00

Omega Contracting $344,426.75

McCarthy Building Companies, inc. $349,747.75

Gilbert May, Inc. dba Phillips/May Corporation $365,078.40

E.J Smith Construction Company, LLC $436,823.00

MK Construction $495,477.50

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. 9500599, Rental CarCenter Employee Parking Lot, with Gadberry Construction Company, Inc. of Dallas, Texas, in an amount notto exceed $321,688.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 2:32 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:45 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 1:43 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:05 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectDFW Terminals B, C, & E Police Substation Renovation

Resolution #

ActionThat the Airport Board rescinds Resolution No. 2018-03-040 awarding Contract No. 9500620 DFWTerminals B, C & E Department of Public Safety Substation Renovations to Gilbert May, Inc. dbaPhillips/May Corporation of Dallas, Texas in an amount not to exceed $500,000.00; and authorizes the ChiefExecutive Officer or his designee to execute Contract No.9500639 DFW Terminals B, C & E Department ofPublic Safety Substation Renovation with Gilbert May, Inc. dba Phillips/May Corporation of Dallas, Texas, inthe amount not to exceed $500,000.00.

Description

This action will rescind award of contract No. 9500620 and award a separate contract that willprovide for the renovation of three Department of Public Safety (DPS) substations in Terminals B, Cand E.

Work includes, but is not limited to, the retrofit of the landside storefront and public facing concoursewall to a level 8 bullet resistant assembly, renovation of the Terminal C Substation interior.

Justification

The DPS Substations renovations will bring the existing working environment to current DFWstandards.

This project will enhance safety for DPS officers working in the substations that are located adjacentto TSA screening lanes.

This project was originally solicited under a request for competitive bids, receiving one bid in theamount of $778,333.00 which exceeded the project budget.

Rescinding the prior Resolution and enacting this Resolution allows the Board to take advantage of anegotiated price of $500,000.00 that is within budget.

This Contract is exempt from Texas procurement laws pursuant to Local Government Code Section252.022(a)(2).

D/S/M/WBE Information

In accordance with the Board's MBE Program, the MBE goal for this contract is 15%.• Gilbert May, Inc. dba Phillips/May Corporation (HM-C) has committed to achieving 31.74% MBEparticipation (including 15.24% self-performance) and utilizing Plan B Design, LLC (HM-C: 1.11%),Corporate Floors, Inc. (HM-C: .46%) and Real Network Services, Inc. (HM-C:14.92%).

Schedule/TermContract duration is 194 consecutive calendar days.

Contract # Agreement # Purchase Order # Action Amount Revised Amount9500639 NTE $500,000.00 $0

For Information contactRusty Hodapp3-3670

Fund Project # External Funding Source AmountDFW Capital Acct. 26626-01 $500,000.00

Resolution #

Additional Information

Additional Attachments: N

BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD

That the Airport Board rescinds Resolution No. 2018-03-040 awarding Contract No. 9500620 DFWTerminals B, C & E Department of Public Safety Substation Renovations to Gilbert May, Inc. dbaPhillips/May Corporation of Dallas, Texas in an amount not to exceed $500,000.00; and authorizes the ChiefExecutive Officer or his designee to execute Contract No.9500639 DFW Terminals B, C & E Department ofPublic Safety Substation Renovation with Gilbert May, Inc. dba Phillips/May Corporation of Dallas, Texas, inthe amount not to exceed $500,000.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:09 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:57 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 1:44 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:07 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectReimbursable Agreement for Runway 17C-35C LocalizerUpgrade

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 500849 with the FederalAviation Administration for a non-federal reimbursable agreement for the Runway 17C-35C LocalizerUpgrade in an amount not to exceed $707,059.53.

Description

This action provides necessary project funding for Federal Aviation Administration (FAA)engineering, construction and installation support required for the upgrade of the Runway 17C-35Clocalizers.

This will upgrade the runway localizers from a 14 element antenna arrays to a 20 element antennaarrays.

Justification

The localizers upgrade will provide arriving aircraft with enhanced precision horizontal navigationguidance information during approach and landing and increase accuracy and dependability forRunway 17C-35C.

D/S/M/WBE Information

N/A - Not subject to the Board's D/SM/WBE Program Policies (Reimbursements).•

Schedule/TermContract term is 5 years.

Contract # Agreement # Purchase Order # Action Amount Revised Amount5000849 NTE $707,059.53 $0

For Information contactRusty Hodapp3-3670

Fund Project # External Funding Source AmountJoint Capital Acct 26707-01 $707,059.53

Resolution #

Additional Information

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. 500849 with the FederalAviation Administration for a non-federal reimbursable agreement for the Runway 17C-35C LocalizerUpgrade in an amount not to exceed $707,059.53.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 2:50 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:00 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:15 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:15 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectJob Order Contract, Terminal D South Village Improvements -White Box

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute a Delivery Order to Contract No.9500583, Job Order Contract, with Brown & Root Industrial Services, LLC, of Houston Texas, in an amountnot to exceed $878,420.90.

Description

This action will authorize a Delivery Order in the amount of $878,420.90 under Contract No.9500583. The Delivery Order is required for the construction of two new concessions white boxspaces at the South Concessions Village in Terminal D.

Work includes, but is not limited to, demolition of existing structures, construction of two newconcession white boxes, and construction of a customer walkway.

Justification

The demolition and construction of the new white boxes is required to create spaces for two newconcessions in Terminal D.

The new concessions will increase the overall customer experience within Terminal D.• This resolution is submitted to the Board pursuant to Section 2269.403 of the Texas GovernmentCode because the total Delivery Order will exceed $500,000.00.

D/S/M/WBE Information

In accordance with the Board's MBE Program, the MBE goal for this contract is 28%.• Brown and Root Industrial Services LLC has committed to achieving 28% overall MBE participationinclusive of this Action Amount.

Schedule/TermContract duration is 210 consecutive calendar days.

Contract # Agreement # Purchase Order # Action Amount Revised Amount9500583 NTE $878,420.90

For Information contactRusty Hodapp3-3670

Fund Project # External Funding Source AmountDFW Capital Acct 26419-02 $878,420.90

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 execute a Delivery Order to Contract no.9500583, Job Order Contract, with Brown & Root Industrial Services, LLC, of Houston Texas, in an amountnot to exceed $878,420.90.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:10 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:00 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:16 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:29 am

Pending

Chief Executive Officer Date

Contract No. 9500583 Brown & Root Industrial Services LLC

MBE Subcontractors

1-Stop Enterprises, LLC BM-C 1.75% 3i Contracting, LCC BM-C 1.75% Butler & Butler Construction, LLC BM-C 1.75% Great Southwestern Fire & Safety, Inc. BM-C 1.75% Momentum Mechanical, Inc. BM-C 1.75% R.D. Howard, LLC BM-C 1.75% RAM Contracting BM-C 1.75%

Total BM-C 12.25% ABLe Communications, Inc. HM-C 1.75% Artografx, Inc. HM-C 1.75% Carrco Painting Contractors, Inc. HM-C 1.75% Corporate Floors, Inc. HF-C 1.75% Ponce Contractors, Inc. HF-C 1.75% Rocky Duron & Associates, Inc. HM-C 1.75% Saldana Renovations, LLC HM-C 1.75% Vanguard Electrical Services, LLC HM-C 1.75%

Total HF/HM-C 14.00% Dennison Glass & Mirror, Inc. NM-C 1.75% Total NM-C 1.75% Overall Total 28.00%

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectRehabilitate Deicing Ponds 1 and 2 Phase IV

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 9500617 for theRehabilitate Deicing Ponds 1 and 2 Phase IV, with McCarthy Building Companies, Inc. of Dallas, Texas, inan amount not to exceed $1,524,270.20.

Description

This action will provide for the rehabilitation of Deicing Ponds 1 and 2.• Work includes, but is not limited to, removal and replacement of the existing pond liners and covers,rehabilitation of clay liners, and replacement of a service manhole and related valves.

Justification

These ponds are part of the Airport's glycol collection system which serves to collect, store andmanage spent aircraft decing fluid.

The existing pond liners have reached the end of their expected service life, are deteriorated, andrequire replacement.

This work will ensure the ponds remain in service, extend their useful service life, and maintain theglycol collection system in compliance with all applicable codes, regulations and operatingrequirements.

D/S/M/WBE Information

In accordance with the Board's MBE Program, the MBE goal for this contract is 15%.• McCarthy Building Companies, Inc. has committed to achieving 17.1% MBE participation utilizingRenaissance Contractors, Inc. (HF-C: 14.0%) and Alpha & Omega Industries, LLC (BM-C: 3.1%).

Schedule/TermContract duration is 180 consecutive calendar days.

Contract # Agreement # Purchase Order # Action Amount Revised Amount9500617 NTE $1,524,270.20. $0

For Information contactRusty Hodapp3-3670

Fund Project # External Funding Source AmountJoint Capital Acct 26488-01 $1,524,270.20.

Resolution #

Five bids were received on March 23, 2018. McCarthy Building Companies, Inc. was determined to be thelowest, responsive, responsible bidder.

The Bids are as follows:Bidder Amount of BidMcCarthy Building Companies, Inc. $1,527,270.20

Reyes Group, Ltd. $1,540,370.00

Gilbert May, Inc. dba Phillips/May Corporation $1,550,333.00

Gaderry Construction Company, Inc. $2,188,423.57

MK Construction $2,236,825.00

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. 9500617 for theRehabilitate Deicing Ponds 1 and 2 Phase IV, with McCarthy Building Companies, Inc. of Dallas, Texas, inan amount not to exceed $1,524,270.20.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:17 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:01 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:17 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:14 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectSkylink Fire Detection/Suppression Systems Replacement

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 9500625 for Skylink FireDetection/Suppression System Replacement, with Gilbert May, Inc. dba Philips/May Corporation of Dallas,Texas, in an amount not to exceed $1,792,333.00.

Description

This action provides for the replacement of existing fire suppression systems in Skylink systemcontrol rooms.

Work includes, but is not limited to, conversion from a wet sprinkler system to a dry chemical systemat various Skylink locations in Terminals and the Skylink Maintenance Storage Facility; installation offan coil units for twelve automatic train control rooms; and installation of a very early smoke detectionsystem at the Skylink Maintenance Storage Facility.

Justification

The new dry chemical fire suppression system will reduce the risk of exposing electrical andcomputer components of the Skylink system to water damage and related operational disruption.

This will also ensure the Skylink Fire Detection and Suppression System remains in compliance withthe Airport's Fire Code.

D/S/M/WBE Information

In accordance with the Board's SBE Program, the SBE goal for this contract is 15%.• Gilbert May, Inc. dba Phillips May Corporation has committed to achieving 19.51% SBE participationutilizing RFS Romo Fire Systems (HM-C).

Schedule/TermContract duration is 295 calendar days.

Contract # Agreement # Purchase Order # Action Amount Revised Amount9500625 NTE $1,792,333.00 $0

For Information contactRusty Hodapp3-1891

Fund Project # External Funding Source AmountDFW Capital Acct 26614-01 $1,792,333.00

Resolution #

Additional InformationThree bids were received on or before the due date of April 2, 2018. Phillips/May Corporation wasdetermined to be the lowest, responsive, responsible bidder.The bids are as follows:Bidder Amount of BidGilbert May, Inc. dba Phillips/May Corporation $1,792,333.00

Kiewit Building Group, Inc. $1,835,313.00

Sky Building Services, LLC $2,150,500.00

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. 9500625 for Skylink FireDetection/Suppression System Replacement, with Gilbert May, Inc. dba Philips/May Corporation of Dallas,Texas, in an amount not to exceed $1,792,333.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:42 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:01 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:18 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 10:08 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectSkylink Automated Train Control Upgrade Services

Resolution #

ActionThat the Airport Board ratifies Contract No. 8005219, for Skylink Automatic Train Control Upgrade Serviceswith Bombardier Transportation (Holdings) USA Inc., of Pittsburgh, Pennsylvania, in an amount not toexceed $1,000,000.00.

Description

Ratify Contract No. 8005219, for Skylink Automatic Train Control (ATC) Upgrade Services, for theAirport's Energy, Transportation and Asset Management Department.

Justification

Installation of the Skylink Automated People Mover System was completed in May 2005.• The existing ATC is nearing the end of its useful life and will require replacement.• This Contract will provide design and assessment services to replace the ATC.• This is an emergency request because recent service interruptions have elevated the urgency of theproject.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement (SoleSource).

Schedule/Term

The Contract's initial term is for one year.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount8005219 NTE $1,000,000.00 $0

For Information contactTammy Huddleston3-6132

Robert Ramert3-5677

Fund Project # External Funding Source AmountDFW Capital Acct 26708-01 $1,000,00.00

Resolution #

Additional Information

This services of this Contract are exempt from Public Procurement in accordance with LocalGovernment Code 252.022, as they are available from only one source.

Additional Attachments: N

BE IT RESOLVED BY THE DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARD

That the Airport Board ratifies Contract No. 8005219, for Skylink Automatic Train Control Upgrade Serviceswith Bombardier Transportation (Holdings) USA Inc., of Pittsburgh, Pennsylvania, in an amount not toexceed $1,000,000.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:45 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:08 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:19 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadEnergy & Transportation MgmtApr 18, 2018 6:12 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectUninterruptible Power Supply Batteries

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006643, forUninterruptible Power Supply Batteries, to Rexel, of Fort Worth, Texas, in an amount not to exceed$2,831,944.95, for the initial one-year term of the Contract, with options to renew for four additional one-yearterms.

Description

Award a Contract for Uninterruptible Power Supply Batteries in support of the Airport's Energy,Transportation and Asset Management Department.

Justification

This is a replacement for an existing Contract that has been in place for four years.• These batteries provide emergency power to critical support systems, such as the Security AccessControl System and emergency lighting, in the event of a power outage.

This Contract is a key component in the comprehensive battery replacement program designed toensure batteries are replaced before their expiration date.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Start Date: May 2018• Contract Term: One-year, with four one-year renewal terms•

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006643 NTE $2,831,944.95 $0

For Information contactTammy Huddleston3-6132

Cathy Halliburton3-5776

Fund Project # External Funding Source Amount0102 $2,831,944.95

Resolution #

Additional Information

Ten (10) bid, including three (3) from SBE firms, were received and opened on April 5, 2018.• The Bid Tabulation is attached.• The bids submitted by Telecom Electricity Supply Company, Tubbesing Services LLC, Back-UpSystems Maintenance, Lofton Innovation LLC, UPS Power Management Inc. and TKC EnterprisesInc., determined to be non-responsive as they did not meet the specifications outlined in the Airport'ssolicitation.

Rexel, of Fort Worth, Texas, is the lowest responsive, responsible Bidder. Rexel is also a new vendorto DFW Airport.

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. 7006643, forUninterruptible Power Supply Batteries, to Rexel, of Fort Worth, Texas, in an amount not to exceed$2,831,944.95, for the initial one-year term of the Contract, with options to renew for four additional one-yearterms.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:46 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:09 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:19 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadEnergy & Transportation MgmtApr 18, 2018 6:12 pm

Pending

Chief Executive Officer Date

Uninterruptable Power Supply Batteries Contract No. 7006643

Bid Tabulation

Bidders Bid Amount Rexel Fort Worth, Texas

$2,831,944.95

Alpine Power Systems Redford, Michigan

$3,061,981.20

Gruber Power Services Phoenix, Arizona

$2,772,801.70 Partial-Bid

EPS Logix, Inc.N1

Dallas, Texas

3,239,893.50

ECS International dba Energy Control Systems Fort Worth, Texas

$3,516,961.00

Telecom Electricity Supply Company Plano, Texas

$3,221,028.26 Non-Responsive

Back-Up Systems Maintenance Allen, Texas

$2,233,660.85 Non-Responsive

Lofton Innovation LLCN2

Fort Worth, Texas

$2,190,869.63 Non-Responsive

UPS Power Management Inc. Morris, Illinois

$3,202,601.74 Non-Responsive

TKC Enterprises Inc.N3

Irving, Texas

$2,767,472.51 Non-Responsive

Note: 1. SBE-Certified though North Central Texas Regional Certification

Agency 2. SBE-Certified through North Central Texas Regional Certification

Agency, State of Texas HUB-Certified 3. SBE-Certified through North Central Texas Regional Certification

Agency and D/FW Minority Supplier Development Council, State of Texas HUB-Certified

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeOperations

SubjectAirside Snow Removal Services

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006561, for AirsideSnow Removal Services, with Aero Snow Removal, LLC, of Port Washington, New York, in an amount not toexceed $8,414,087.20, for the initial five year term of the Contract, with options to renew for one additionalfive-year period.

Description

Award a Contract for Airside Snow Removal Services, for the Airport's Operations Department.•

Justification

This Contract provides snow and ice removal services for the Airport ramp areas at Terminals A, B,C, D, E and Corporate Aviation during winter weather events for the continuance of flight operations.

This contract combines and consolidates multiple existing ramp snow removal contracts tostreamline ramp snow removal operations and to create efficiencies.

First year bid of $1,617,030.00 estimates the cost of operating a minimum of 61 pieces of equipmentfor a 12 hour period.

Minimum annual payment of $976,200.00 to secure equipment leases, to stage equipment at theairport, and to hire/train equipment operators.

D/S/M/WBE Information

In accordance with the Board's SBE Program, no SBE goal was set for this Contract due to noavailability of SBE firms that perform this service.

Schedule/Term

Start Date: May 2018• Contract Term: Five years, with one five year renewal option.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006561 NTE $8,414,087.20 $0

For Information contactPaul Sichko3-7150

Robert Ramert3-5677

Fund Project # External Funding Source Amount0102 $8,414,087.20

Resolution #

Additional Information

Two (2) Bids, none from SBE firms, were received and opened on March 20, 2018.•

Bidders Bid AmountAero Snow Removal, LLCPort Washington, New York $8,414,087.20

TD Snow Removal Corporation dba Top Dog ServicesOnley, Maryland $16,875,200.00

Aero Snow Removal, LLC, of Port Washington, New York, is the lowest responsive, responsiblebidder.

Wide variance in bids reflects difference of opinion in costs for national firms to enter a market withlow probability of snow and ice events.

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. 7006561, for AirsideSnow Removal Services, with Aero Snow Removal, LLC, of Port Washington, New York, in an amount not toexceed $8,414,087.20, for the initial five year term of the Contract, with options to renew for one additionalfive-year period.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:44 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:02 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:20 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadOperationsApr 18, 2018 11:00 am

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDCOMMITTEE DISCUSSION ITEM

Meeting Date05/03/2018

SubjectMonthly Report

CommitteeOperations

Item For DiscussionStaff approved contracts and change orders.

The contracts and change orders listed on the attached have been approved by authorized Board Staff.

CONTRACT ACTIONS APPROVED BY AUTHORIZED STAFF March 1, 2018 through March 31, 2018

Professional Service New Contracts - $25,000 to $50,000 Change Orders - Increases/Decreases $25,000 to $50,000

May 3, 2018 Consultant

*Denotes D/S/M/WBE Contract

No. Contract Title/Description Action Type Amount

D/S/M/WBE Information:

CONTRACT ACTIONS APPROVED BY AUTHORIZED STAFF

March 1, 2018 through March 31, 2018 New Construction Contracts - $25,000 to $50,000

Change Orders Increases/Decreases - $25,000 to $50,000 May 3, 2018

Consultant *Denotes D/S/M/WBE

Contract No. Contract Title/Description

Action Type Amount

Trinity TransCon, LLC 9500576 Rehabilitate East Side Chiller Plan CO13 – Scope Reduction

Change Order ($43,524.95)

Austin Bridge and Road 9500577 Aircraft Hardstand Ramp Expansion CO09 – Install Utility Slabs to existing manhole modifications

Change Order $47,893.39

Archer Western Construction, LLC 9500586 TEX Rail Station at Terminal B CO08 – Height and length increase of cast-in-place retaining wall.

Change Order $35,671.83

D/S/M/WBE Information:

Finance/Audit Committee Meeting Agenda – May 1, 2018 Page 1 of 2

AGENDA FINANCE/AUDIT COMMITTEE MEETING

TUESDAY, MAY 1, 2018 12:45 p.m.

FINANCE/AUDIT COMMITTEE

18. Approve Minutes of the Finance/Audit Committee Meeting of April 3, 2018.

M. Underwood 19. Financial Report and FY 2019 Budget Preview.

Consent Item for Consideration

G. Spoon 20. Approve authorization to exercise options for multi-year Contracts for thefourth quarter of Fiscal Year 2018.

M. Youngs 21. Approve execution of Contract No. 7006657, for Long Distance TelephoneServices, with The Texas Department of Information Resources, of Austin,Texas, in an amount not to exceed $54,000.00, for the one-year term of theContract, with four one-year renewal options.

22. Approve execution of Purchase Order No. 274392, for HandheldComputers, to SHI Government Solutions, of Austin, Texas, in the amountof $59,599.00.

Action Items for Consideration

M. Yips 23. Approve authorization to bind and procure a Cyber and Technology LiabilityInsurance Policy, with ACE American Insurance Company (Chubb) in theamount of $54,988.78 for the policy year effective May 1, 2018.

J. Benvegnu 24. Approve execution of Contract No. 8005175, for Use Agreement ConsultingServices, with DKMG Consulting LLC, of Wilmette, Illinois, in an amount notto exceed $300,000.00, for the initial two year term, with options to renewfor two additional one-year periods.

C. Poinsatte 25. Approve license agreement with Airports Council International for its AirportQuality Service survey data enabling DFW Airport to sell a reporting andbenchmarking application to other airports.

J. Terrell 26. Approve an amendment to DFW International Airport's Code of Rules andRegulations to include proposed new streets at the Passport ParkDevelopment site.

M. Youngs 27. Approve execution of Purchase Order No. 274391, for Digital SignageMedia Players, to Now Micro, Inc., of Saint Paul, Minnesota, in the amountof $312,686.00.

Finance/Audit Committee Meeting Agenda – May 1, 2018 Page 2 of 2

28. Approve execution of Contract No. 7006587, for Copper Cabling Services, with E2 Optics, LLC, of Addison, Texas, in an amount not to exceed $1,473,500.00, for the initial one-year term of the Contract, with options to renew for four additional one-year periods.

29. Approve increase to Contract No. 8004930, for Quality Assurance and Managed Regression, with Cigniti Technologies, Inc., of Irving, Texas, in an amount not to exceed $3,500,000.00, for a revised Contract not to exceed amount of $6,344,000.00.

Discussion Items R. Darby 30. Department of Audit Services’ Quarterly Audit Update.

J. Benvegnu 31. Agreements Issued by Aviation Real Estate.

T. Lee 32. Monthly D/S/M/WBE Expenditure Report.

G. Spoon 33. Purchase Orders/Contracts and Professional Services Contracts approved

by Authorized Staff.

Dallas Fort Worth International Airport KPI’s and Financial Report – FY 2018 For the Six Months Ended March 31, 2018 - Unaudited

Financial Report – Fiscal Year 2018 1

Financial Report – Fiscal Year 2018 2

Key Performance Indicator Scorecard For the Six Months Ended March 31, 2018 – Unaudited

Key Performance IndicatorsFY17 Actuals

YTDFY18 Plan

YTDFY18 Actuals

YTD

FY18A vs

FY17A

FY18A vs

FY18PFY18 Annual

Plan** Data As OfBusiness Performance

Total Passengers (Ms) * 31.6 32.0 32.9 67.3M Mar 31International Seat Capacity Growth 2.5% 1.6% 3.3% 1.6% Mar 31Total Landed Weights (Bs) 20.8 21.1 21.2 43.4 Mar 31DFW Cost Center Net Revenues (Ms) $63.4 $50.4 $59.1 $107.3 Mar 31Total Airline Cost (Ms) $185.8 $232.9 $220.1 n/a $479.3 Mar 31Cost Per Enplaned Passenger n/a $13.92 $12.91 n/a $13.77 Mar 31Total 102 Fund Expenditure Budget (Ms) * $417.1 $462.1 $452.8 n/a $954.2 Mar 31

Customer ExperienceACI Customer Survey Score ## 4.24 4.26 4.24 4.26 Mar 31ACI Terminal D Customer Survey Score ## 4.33 4.38 4.38 4.38 Mar 31DFW Terminal Cleanliness Survey Score *, ## 4.29 4.35 4.42 4.35 Mar 31TSA wait time technology (phase 1) & Term D FIS RFID* n/a Complete n/a Complete EOY

Operational Excellence Regulatory Enforcement Violation Notices 0 0 1 0 Mar 31On time performance # n/a 83% 85% n/a 83% Mar 31Achieve CO2 emissions per passenger of 2.62* # n/a 2.62 2.51 n/a 2.62 Feb 28

Improved/Constant WorseEnd of Year/Quarter Completion

** Plan reflects 100% Target.# FY18 Plan YTD is Annual Plan## Actual FY17 Scores

Key Performance Indicator Scorecard For the Six Months Ended March 31, 2018 – Unaudited

Financial Report – Fiscal Year 2018 3

Key Performance IndicatorsFY17 Actuals

YTDFY18 Plan

YTDFY18 Actuals

YTD

FY18A vs

FY17A

FY18A vs

FY18PFY18 Annual

Plan** Data As OfSafe and Secure

Runway incursions/Category A incursions n/a 1 / 0 3 / 0 n/a 3 / 0 Mar 31Two-factor authentication for off-site system access* n/a Complete n/a Complete EOYImplement integrated Safety Management System* n/a Complete n/a Complete EOYDevelop DFW Passenger and Family Care Program* n/a Complete n/a Complete EOYAchieve security awareness survey score of 78%*, # n/a 78% n/a 78% EOY

Community Engagement MBE/DBE/ACDBE Programs n/a 25%/21%/34% 28%/17%/43% n/a 25%/21%/34% Feb 28

Employee Engagement Engagement score # 81% 82% 83% 82% Jan 31Live Well participation # n/a 83% 83% EOY

* Key Goals and Initiatives 9/10 7/9 7/9 EOY

Improved/Constant WorseEnd of Year/Quarter Completion

** Plan reflects 100% Target.# FY18 Plan YTD is Annual Plan

DFW Cost Center For the Six Months Ended March 31, 2018 – Unaudited

Financial Report – Fiscal Year 2018 4

Year-To-Date FY 2018

(in millions)FY 2017 Actuals

FY 2018 Actuals

FY 2018 Budget

Annual Budget

Revenues Parking $76.9 $78.7 $77.8 $0.8 1.1% $164.3 Concessions 38.3 41.2 38.9 2.3 5.8% 80.2 Rental Car 15.6 15.9 16.2 (0.3) (1.7%) 33.2 Commercial Development 22.0 23.0 22.4 0.6 2.7% 44.4 Other Revenues 18.0 18.8 16.8 2.0 12.0% 34.0 Total Revenues 170.8 177.6 172.1 5.4 3.2% 356.1DFW CC Expenditures Operating Expenditures 62.4 64.7 67.7 (3.0) (4.4%) 140.8 Debt Service, net 25.5 32.1 32.2 (0.1) (0.2%) 64.8 Total Expenditures 87.9 96.8 99.8 (3.1) (3.1%) 205.6Gross Margin - DFW Cost Center 82.9 80.8 72.3 8.5 11.8% 150.6Less Transfers and Skylink DFW Terminal Contribution 1.5 1.2 1.5 (0.4) (24.4%) 3.1 Skylink Costs 18.1 20.5 20.4 0.1 0.7% 42.3Net Revenues from DFW Cost Center $63.4 $59.1 $50.4 $8.7 17.4% $105.1

Actuals vs. Budget Increase/(Decrease)

Airfield and Terminal Cost Centers For the Six Months Ended March 31, 2018 – Unaudited

Financial Report – Fiscal Year 2018 5

Year-To-Date FY 2018

(in millions)FY 2017 Actuals

FY 2018 Actuals

FY 2018 Budget

Annual Budget

Revenues Landing Fees $46.6 $75.8 $75.7 $0.2 0.2% $155.4 Other Airfield 5.4 5.8 5.6 0.2 3.3% 11.3 Transfer from DFW Cost Center 24.9 15.9 14.5 1.5 10.0% 29.0Total Airfield Revenue 76.9 97.6 95.8 1.8 1.9% 195.7 Terminal Leases 125.1 133.9 133.9 (0.1) (0.1%) 267.9 FIS Fees 11.6 11.7 11.8 (0.0) (0.3%) 25.5 Turn Fees and Other Office Rents 14.7 15.8 16.1 (0.2) (1.5%) 33.7 Other Terminal 9.2 9.8 9.6 0.2 2.1% 19.7 Total Terminal Revenues 160.6 171.2 171.4 (0.2) (0.1%) 346.7 DFW Terminal Contributions 1.5 1.2 1.5 (0.4) (24.4%) 3.1 Joint Capital Transfer 2.0 0.0 0.0 0.0 0.0% 0.0Total Transfers 3.5 1.2 1.5 (0.4) (24.4%) 3.1Total Revenues 241.0 270.0 268.7 1.2 0.5% 545.5Expenditures Operating Expenditures 130.3 134.5 139.5 (5.1) (3.6%) 296.4 Debt Service, net * 96.6 121.7 122.9 (1.2) (1.0%) 249.2 Total Expenditures 226.9 256.2 262.4 (6.3) (2.4%) 545.6 Total Airfield /Terminal Net Income/(Loss) $14.1 $13.8 $6.3 $7.5 118.9% ($0.1)* - Net of Passenger Facility Charges (PFC's) and Customer Facility Charges (CFC's)

Actuals vs. Budget Increase/(Decrease)

Operating Fund – Total Expenditures For the Six Months Ended March 31, 2018 – Unaudited

Financial Report – Fiscal Year 2018 6

Year-To-Date FY 2018

(in millions)FY 2017 Actuals

FY 2018 Actuals

FY 2018 Budget

Annual Budget

Operating Expenditures Salaries and Wages $66.3 $71.9 $71.8 $0.1 0.2% $150.1 Benefits 32.8 33.9 36.0 (2.1) (5.8%) 72.6 Facility Maintenance Contracts 29.9 33.2 33.8 (0.6) (1.8%) 69.2 Other Contract Services 43.7 44.3 47.9 (3.6) (7.5%) 106.6 Utilities 12.6 12.2 11.6 0.6 5.2% 25.6 Equipment and Other Supplies 8.0 7.6 8.3 (0.8) (9.5%) 20.3 Insurance 2.7 2.5 2.8 (0.3) (12.1%) 5.9 Fuels 1.8 1.8 2.1 (0.3) (13.9%) 4.4 General, Administrative, and Other 3.5 3.5 4.4 (0.9) (21.4%) 11.8 Change in Operating Reserves 6.7 4.6 4.6 0.0 0.0% 4.6Total Operating Expenditures 207.8 215.4 223.4 (7.9) (3.5%) 471.1Debt Service, gross 209.2 237.4 238.8 (1.4) (0.6%) 483.1Total 102 Fund Expenditures $417.1 $452.8 $462.1 ($9.3) (2.0%) $954.2

Actuals vs. Budget Increase/(Decrease)

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectContract Renewal List for the Fourth Quarter of Fiscal Year2018

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to exercise options for multi-year Contracts forthe fourth quarter of Fiscal Year 2018.

Description

Exercise Contract Options in the amounts set forth on the attached information sheet pendingperformance and D/S/M/WBE contractual compliance.

Justification

To ensure continuity of contracted services in accordance with the terms and conditions of theContracts listed on the attached information sheet.

Approval to exercise future Contract Options not listed herein will be brought forth separately asrequired.

D/S/M/WBE Information

Contract options are subject to D/S/M/WBE contractual compliance as stated above.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount$0 $0

For Information contactGreg Spoon3-5610

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 forthe fourth quarter of Fiscal Year 2018.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 12:46 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:03 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:21 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadProcurement & Materials MgmtApr 17, 2018 4:15 pm

Pending

Chief Executive Officer Date

FY18 4th Quarter Renewal List

Seq N Contract # Contractor Name Contract Title MWBE Code

Buy/Sell Transact

Sole / Specified Source

Self Perform

MWBE / SBE

Commit %

MWBE / SBE

Achieved %

NTP Date End Date Final End DateEnd Date

after Renewal

Terms Options Contract Amount

Total Payment Amount

Remaining Contract Amount

Original Award Amount

# of Previous Renewals

Amount of Previous Renewals

Other Contract Amount Changes

Renewal Amount

1 N1 7006307 ABM AVIATION, INC DBA ABM PARKING SERVICES EMPLOYEE SHUTTLE BUS SVCS WM 30.0% 29.7% 1-Oct-16 30-Sep-18 30-Sep-26 30-Sep-19 2 YR/4-2 YR OPT 23,523,465.20$ 10,758,022.77$ 12,765,442.43$ $ 23,523,465.20 0 -$ -$ 23,523,465.20$

2 N2 7006502 ADP-LLC PRINT, BINDING AND FINISHING SVCS BF-C X 0.0% 100.0% 6-Sep-17 5-Sep-18 5-Sep-22 5-Sep-19 1 YR/4-1 YR OPT 40,142.76$ 4,909.50$ 35,233.26$ $ 40,142.76 0 -$ -$ 40,142.76$

3 N2 7006203 AIRPORT LIGHTING SYSTEMS, INC.

AIRFIELD LIGHTING AND COMPONENTS WF-C X X 0.0% 100.0% 24-Sep-15 24-Sep-18 24-Sep-20 24-Sep-19 2 YRS/3-1 YR

OPT 1,743,295.78$ 1,375,980.27$ 367,315.51$ $ 1,743,295.78 1 -$ -$ 871,647.89$

4 N2 8005051 ALPHA BUSINESS IMAGES, LLC

ARTISTIC AND CULTURAL EVENT SPECIALIST BF-C X 25.0% 25.8% 26-May-16 26-Aug-18 26-Aug-19 26-Aug-19 1 YR+3 MO/2-1

YR OPT 529,000.00$ 310,896.65$ 218,103.35$ $ 240,000.00 1 240,000.00$ 49,000.00$ 240,000.00$

5 N3 7006600 AMAZON.COM MISCELLANEOUS ONLINE PURCHASES WM X 0.0% 0.0% 1-Oct-16 30-Sep-17 30-Sep-19 30-Sep-18 1 YR/YR-YR

OUPT 284,848.47$ 247,344.72$ 37,503.75$ $ 54,848.47 2 230,000.00$ -$ 270,000.00$

6 7006417 AMERICAN MESSAGING SERVICES LLC PAGERS AND PAGING SYSTEM WM 0.0% 0.0% 30-Nov-16 19-Aug-18 19-Aug-20 19-Aug-19 2 YR/2-1 YR OPT 25,000.00$ 3,798.25$ 21,201.75$ $ 25,000.00 0 -$ -$ 25,000.00$

7 7006097 ARINC, INCORPORATED MAINTENANCE SVCS: CUTE/EVIDS SYSTEM WM X 0.0% 0.0% 1-Oct-14 30-Sep-18 30-Sep-19 30-Sep-19 3 YR/YR-YR OPT $ 9,150,214.67 5,992,841.61$ 3,157,373.06$ $ 6,769,775.00 1 2,150,214.67$ 25,527.00$ 2,009,331.00$

8 8005153 ATLAS ADVOCACY LLC FEDERAL LEGISLATIVE CONSULTANTS WM X 0.0% 0.0% 1-Aug-17 31-Jul-18 31-Jul-19 31-Jul-19 1 YR/YR-YR OPT 219,000.00$ 126,000.00$ 93,000.00$ $ 219,000.00 0 -$ -$ 216,000.00$

9 7003635 ATMOS ENERGY CORP GAS TRANSPORTATION AND DISTRIBUTION WM X 0.0% 0.0% 1-Oct-04 30-Sep-18 30-Sep-19 30-Sep-19 1YR/YR-YR OPT 2,455,000.00$ 2,421,458.25$ 33,541.75$ $ 350,000.00 13 2,105,000.00$ -$ 250,000.00$

10 N2 7006049 B&A LABORATORIES, INC. DBA XENCO LABORATORIES

POTABLE WATER SAMPLING/TESTING SVCS HM-C X 0.0% 100.0% 5-Aug-14 4-Aug-18 4-Aug-19 4-Aug-19 1 YR/4-1 YR OPT 38,688.00$ 22,755.51$ 15,932.49$ $ 11,904.00 0 -$ 26,784.00$ 11,904.00$

11 8002234 B2GNOW/ASKREPLY, INC. DMWBE REPORTING SYSTEM MAINTENANCE WM X 0.0% 0.0% 1-Oct-07 30-Sep-18 30-Sep-19 30-Sep-19

1 YR/5-1 YR OPTS/YR-YR OPT

235,304.00$ 235,304.00$ -$ $ 12,879.00 5 114,350.00$ 120,954.00$ 30,000.00$

12 7006472 CENTERPOINT ENERGY SERVICES INC SUPPLY OF NATURAL GAS WM 0.0% 0.0% 1-Oct-17 30-Sep-18 30-Sep-22 30-Sep-19 1 YR/4-1YR OPT 1,200,000.00$ 592,504.05$ 607,495.95$ $ 1,200,000.00 0 -$ -$ 1,000,000.00$

13 7006330 CENTRE TECHNOLOGIES, INC.

CENTRIFY SOFTWARE LICENSE AND MAINTENANCE WM 0.0% 0.0% 22-Feb-16 27-Sep-18 27-Sep-21 27-Sep-19 1 YR (+6 MO +13

MO)/4-1 YR OPT 341,859.50$ 327,521.54$ 14,337.96$ $ 38,952.45 1 137,467.15$ 165,440.00$ 185,000.00$

14 7006378 CHEMTRADE CHEMICAL US LLC

CHILLED WATER SYSTEM CHEMICALS WM X 0.0% 0.0% 17-Aug-16 16-Aug-18 16-Aug-21 16-Aug-19 1 YR/4-1 YR OPT 429,100.00$ 236,290.23$ 192,809.77$ $ 214,550.00 1 214,550.00$ -$ 214,550.00$

15 7005575 ENTCO GOVERNMENT SOFTWARE LLC HP SOFTWARE SUPPORT WM X 0.0% 0.0% 1-Jan-13 30-Sep-18 30-Sep-19 30-Sep-19 1 YR +9 MO/YR-

YR OPT 424,238.94$ 424,238.94$ -$ $ 77,746.80 4 297,122.82$ 49,369.32$ 125,000.00$

16 7005559 EVERBRIDGE, INC. EMERGENCY NOTIFICATION SYSTEM WM X 0.0% 0.0% 16-Jul-12 29-Aug-18 29-Aug-19 29-Aug-19 1 YR/6-1 YR OPT

(+45 DY) 1,025,452.00$ 789,452.00$ 235,563.88$ $ 31,752.00 2 481,900.00$ 511,800.00$ 109,000.00$

17 7005266 GARTNER, INC. CORPORATE LEADERSHIP COUNCIL MEMBERSHIP WM X 0.0% 0.0% 31-Mar-10 31-Aug-18 31-Aug-19 31-Aug-19 1 YR/3-1 YR OPT/

YR-YR OPT 1,144,694.00$ 1,004,694.00$ 140,000.00$ $ 49,900.00 6 927,386.00$ 167,408.00$ 336,000.00$

18 7006511GEM ASSET ACQUISITION LLC DBA GEMSEAL PAVEMENT PRODUCTS

ASPHALT CRACK SEALANT MATERIAL WM X 0.0% 0.0% 6-Sep-17 5-Sep-18 5-Sep-22 5-Sep-19 1 YR/4-1 YR OPT 71,175.00$ -$ 71,175.00$ $ 71,175.00 0 -$ -$ 71,175.00$

19 8005137

HILL & KNOWLTON STRATEGIES, LLC DBA HILL+KNOWLTON STRATEGIES

MARKETING/ADVERTISING SVCS: BUSINESS TO CONSUMER WM X 0.0% 0.0% 3-May-17 2-May-18 2-May-22 2-May-19 1 YR/4-1 YR OPT 175,000.00$ 174,733.01$ 266.99$ $ 175,000.00 0 -$ -$ 175,000.00$

20 N3 7006601 HYATTHOSPITALITY/MEETING SERVICES AT HYATT PROPERTIES ON AIRPORT

WM X 0.0% 0.0% 1-Oct-16 30-Sep-17 30-Sep-19 30-Sep-18 1 YR/YR-YR OPT 941,433.15$ 1,190,650.08$ -$ $ 191,433.15 2 750,000.00$ -$ 750,000.00$

21 N2 7006372 JOY PROMOTIONS INC. PROMOTIONAL ITEMS (PRIMARY) BF-C X X 100.0% 100.0% 19-Sep-16 18-Sep-18 18-Sep-21 18-Sep-19 1 YR/4-1 YR OPT 678,080.26$ 450,839.29$ 227,240.97$ $ 339,040.13 1 339,040.13$ -$ 339,040.13$

22 8005016 JP MORGAN CHASE BANK, N.A. DEPOSITORY SERVICES WM 0.0% 0.0% 1-Oct-15 30-Sep-18 30-Sep-20 30-Sep-19 3 YR/2-1 YR OPT 310,977.00$ -$ 310,977.00$ $ 310,977.00 0 -$ -$ 85,000.00$

1 of 3

FY18 4th Quarter Renewal List

Seq N Contract # Contractor Name Contract Title MWBE Code

Buy/Sell Transact

Sole / Specified Source

Self Perform

MWBE / SBE

Commit %

MWBE / SBE

Achieved %

NTP Date End Date Final End DateEnd Date

after Renewal

Terms Options Contract Amount

Total Payment Amount

Remaining Contract Amount

Original Award Amount

# of Previous Renewals

Amount of Previous Renewals

Other Contract Amount Changes

Renewal Amount

23 8005076 LOCUSLABS, INC. LOCUSLABS LOCATION PLATFORM SOFTWARE WM X 0.0% 0.0% 29-Aug-16 28-Aug-18 28-Aug-19 28-Aug-19 2 YR/YR-YR OPT 155,000.00$ 140,000.00$ 15,000.00$ $ 140,000.00 0 -$ 15,000.00$ 82,500.00$

24 7006366 PAYMENT EXPRESS INC. CREDIT CARD PROCESSING GATEWAY SVCS WM X 0.0% 0.0% 20-Sep-16 19-Sep-18 19-Sep-21 19-Sep-19 1 YR/4 1 YR OPT 246,000.00$ 146,040.81$ 99,959.19$ $ 81,000.00 1 165,000.00$ 126,000.00$

25 7006374 PCMG, INC. DBA PCM GOV, INC.

APPLE PRODUCTS AND ACCESSORIES WM X 0.0% 0.0% 16-Sep-16 15-Sep-18 15-Sep-21 15-Sep-19 1 YR/4-1 YR OPT 650,638.54$ 376,765.22$ 273,873.32$ $ 325,319.27 1 325,319.27$ -$ 325,319.27$

26 8004874 PRECOCITY, LLC SOFTWARE CONSULTING SVCS: APC & FTRC WM X 0.0% 0.0% 16-Sep-13 30-Sep-18 30-Sep-19 30-Sep-19 1 YR +1YR 15

DYS/YR-YR OPT 3,098,000.00$ 2,365,775.23$ 732,224.77$ $ 600,000.00 3 2,000,000.00$ 498,000.00$ 1,000,000.00$

27 7006016 PROSPECT AIRPORT SERVICES, INC

SKYCAP, WHEELCHAIR, DOCK & GUEST SVCS OF 0.0% 0.0% 14-Sep-14 15-Sep-18 13-Sep-19 15-Sep-19 1 YR/4-1 YR OPT 14,609,100.00$ 9,424,382.61$ 5,184,717.39$ $ 2,921,820.00 3 11,687,280.00$ 3,652,275.00$

28 7006065 PROSPECT AIRPORT SERVICES, INC

CUSTOMER SERVICE SUPPORT: CUSTOMS OF 0.0% 0.0% 14-Sep-14 15-Sep-18 15-Sep-19 15-Sep-19 1 YR/4-1 YR OPT 4,810,670.80$ 2,681,980.86$ 2,128,689.94$ $ 962,134.16 3 3,848,536.64$ -$ 1,202,667.70$

29 7006494 QOGNIFY INC. CCTV MAINTENANCE WM 0.0% 0.0% 28-Mar-17 30-Sep-18 30-Dec-19 30-Sep-19 1 YR+6 MO/YR-YR OPT 487,455.00$ 487,455.00$ -$ $ 249,209.00 1 238,246.00$ -$ 215,000.00$

30 N2 8005009 RENE BATES AUCTIONEERS, INC. AUCTIONEER SERVICES WF-C 0.0% 0.0% 1-Sep-15 31-Aug-18 31-Aug-20 31-Aug-19 1 YR/4-1YR OPT 150,000.00$ 63,973.07$ 86,026.93$ $ 100,000.00 1 50,000.00$ -$ 50,000.00$

31 7006547 SIRIUS COMPUTER SOLUTIONS

ENTERPRISE TAPE DRIVE SOFTWARE MAINTENANCE WM 0.0% 0.0% 1-Oct-17 30-Sep-18 30-Sep-21 30-Sep-19 1 YR/3-1 YR OPT 92,585.54$ 92,585.53$ 0.01$ $ 92,585.54 0 -$ -$ 100,000.00$

32 7005254 SMARTE CARTE, INC LUGGAGE CART OPERATIONS WM 15.0% 22.9% 12-Aug-10 11-Sep-18 11-Aug-20 11-Sep-20 8 YR/1-2 YR OPT 4,920,358.81$ 4,159,168.21$ 761,190.60$ $ 4,890,784.81 0 -$ 29,574.00$ 615,004.85$

33 N2 8005081 SMARTREVENUE.COM INC PROFESSIONAL CONSUMER MARKETING RESEARCH WM-C X 100.0% 100.0% 15-Sep-16 14-Sep-18 14-Sep-21 14-Sep-19 1 YR/4-1 YR OPT 870,000.00$ 457,322.46$ 412,677.54$ $ 420,000.00 1 450,000.00$ -$ 450,000.00$

34 7006111 SSG LIMITED SOFTWARE: EXTRACT TRANSFER LOAD (INFORMATICA) WM X 0.0% 0.0% 25-Sep-14 24-Sep-18 24-Sep-19 24-Sep-19 1 YR/4-1 YR OPT 232,817.10$ 323,817.10$ -$ $ 151,200.00 1 27,952.58$ 53,664.52$ 32,000.00$

35 7005916 STANDARD SIGNS, INC. AKA: LUMACURVE AIRFIELD SIGNS LUMACURVE AIRFIELD SIGN PARTS WM X 0.0% 0.0% 15-Aug-13 14-Aug-18 14-Aug-19 14-Aug-19 3YR/YR-YR OPT 300,000.00$ 137,995.25$ 162,004.75$ $ 300,000.00 5 -$ -$ 450,000.00$

36 N2 7006211 STRIPE-A-ZONE, INC. AIRFIELD MARKING SERVICES WM-C X 100.0% 100.0% 10-Sep-15 9-Sep-18 9-Sep-20 9-Sep-19 3 YRS/2-1 YR OPT 4,237,018.97$ 2,596,909.24$ 1,640,109.73$ $ 4,237,018.97 0 -$ -$ 1,625,608.87$

37 7006066 STRUCTURAL AND STEEL PRODUCTS, INC. IMPACT ATTENUATOR PARTS WM X 0.0% 0.0% 29-Jul-14 28-Jul-18 28-Jul-19 28-Jul-19 1 YR/YR-YR OPT 348,750.00$ 200,120.00$ 148,630.00$ $ 100,000.00 3 50,000.00$ 198,750.00$ 151,250.00$

38 8005026 TALEMETRY INC. MAINTENANCE & SUPPORT: TALEMETRY SOFTWARE WM X 0.0% 0.0% 1-Oct-15 30-Sep-18 30-Sep-21 30-Sep-19 2 YRS/4-1 YR

OPT 112,000.00$ 112,000.00$ -$ $ 42,000.00 1 70,000.00$ -$ 45,000.00$

39 8005140TELOS IDENTITY MANAGEMENT SOLUTIONS, LLC DBA TELOS ID

AVIATION SECURITY CLEARANCE SVCS WM X 0.0% 0.0% 17-Jul-17 16-Jul-18 16-Jul-22 16-Jul-19 1 YR/4-1 YR OPT 460,900.00$ 209,309.00$ 251,591.00$ $ 460,900.00 0 -$ -$ 320,000.00$

40 8004934 THE CHRIS GAVRAS GROUP, LLC DBA THE CG GROUP COMMUNICATION SUPPORT WM X 0.0% 0.0% 1-Sep-14 31-Aug-18 31-Aug-19 31-Aug-19 1 YR/YR-YR OPT $ 202,000.00 173,950.00$ 28,050.00$ $ 48,000.00 2 96,000.00$ 49,000.00$ 48,000.00$

41 7006575 TOURISM ECONOMICS LLC SUBSCRIPTION: GLOBAL ECONOMIC DATA BANK WM X 0.0% 0.0% 29-Sep-17 28-Sep-18 28-Sep-19 28-Sep-19 1 YR/YR-YR OPT 45,000.00$ 45,000.00$ -$ $ 45,000.00 0 -$ -$ 45,000.00$

42 N2 7006532 TOWN & COUNTRY CLEANERS LAUNDRY SVCS: TOWELS PM-C 0.0% 0.0% 1-Sep-17 31-Aug-18 31-Aug-22 31-Aug-19 1 YR/4-1 YR OPT 47,062.08$ 14,573.54$ 32,488.54$ $ 47,062.08 0 -$ -$ 40,000.00$

43 8004255 TRINITY RIVER AUTHORITY OF TEXAS WATER QUALITY TESTING SVCS WM X 0.0% 0.0% 1-Oct-11 30-Sep-18 30-Sep-19 30-Sep-19 1 YR/YR-YR OPT 221,250.00$ 181,946.31$ 39,303.69$ $ 50,000.00 6 171,250.00$ -$ 31,250.00$

44 7006120WATERBLASTING, LLC DBA WATERBLASTING TECHNOLOGIES LLC

STRIPE HOG SH8000 SPARE PARTS WM X 0.0% 0.0% 29-Aug-14 28-Aug-18 28-Aug-19 28-Aug-19 1 YR/YR-YR OPT 195,500.00$ 134,273.03$ 61,226.97$ $ 48,750.00 3 98,000.00$ 48,750.00$ 48,250.00$

2 of 3

FY18 4th Quarter Renewal List

Seq N Contract # Contractor Name Contract Title MWBE Code

Buy/Sell Transact

Sole / Specified Source

Self Perform

MWBE / SBE

Commit %

MWBE / SBE

Achieved %

NTP Date End Date Final End DateEnd Date

after Renewal

Terms Options Contract Amount

Total Payment Amount

Remaining Contract Amount

Original Award Amount

# of Previous Renewals

Amount of Previous Renewals

Other Contract Amount Changes

Renewal Amount

45 N4 8005134 WILLIS OF TEXAS, INC INSURANCE BROKER OF RECORD SVCS WM 10.0% 0.0% 8-Aug-17 7-Aug-18 7-Aug-22 7-Aug-19 1 YR/4-1 OPT 124,000.00$ -$ 124,000.00$ $ 124,000.00 0 -$ -$ 124,000.00$

46 7005413 WOLTERS KLUWER FINANCIAL SERVICES, INC.

TEAMMATE AUDIT WORKPAPER AND MANAGEMENT SOFTWARE WM X 0.0% 0.0% 31-Jul-11 30-Jul-18 30-Jul-19 30-Jul-19 2 YRS/YR-YR

OPT 168,195.00$ 148,473.39$ 19,721.61$ $ 70,875.00 1 12,195.00$ 84,855.00$ 29,000.00$

N1 Prime Contractor should be above goal once the next period opens for diversity spend reporting.

N2 Prime Contractor is certified D/S/M/WBE therefore their self-performance counts towards the Board's overall D/S/M/WBE goals.

N3 This is for utilization for all departments. The purchases by departments are within staff authority. Board's approval is required as the total utilization is more than $50K annually.

N4 No Prime payment has been imported into B2GNow, therefore, no Subcontractor participation has been reported.

3 of 3

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectLong Distance Telephone Services

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006657, for LongDistance Telephone Services, with The Texas Department of Information Resources, of Austin, Texas, in anamount not to exceed $54,000.00, for the one-year term of the Contract, with four one-year renewal options.

Description

Award a Contract for Long Distance Telephone Services for the Airport.•

Justification

Provides long distance telephone service for DFW employees.• Provides international calling for staff who require it as part of their job duties.• This is a replacement for an existing Contract that has been in place for three years.• Actual usage has not varied significantly for several years.•

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement (DIR).•

Schedule/Term

Contract Start Date: May 2018• Contract Term: One year, with four one-year renewal options.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006657 NTE $54,000.00 $0

For Information contactMichael Youngs3-5350

Shannon Hamilton3-5620

Fund Project # External Funding Source Amount0102 $54,000.00

Resolution #

Additional Information

This Contract is being recommended for award through the Texas Department of InformationResources (DIR) Contract No. DIR-TX-AN-NG-CTSA-005, which is available to Government Entities,and which was approved by the Board by Resolution No. 1997-01-24, dated January 9, 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 Contract No. 7006657, for LongDistance Telephone Services, with The Texas Department of Information Resources, of Austin, Texas, in anamount not to exceed $54,000.00, for the one-year term of the Contract, with four one-year renewal options.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:46 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:03 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:23 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 17, 2018 5:29 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectHandheld Computers

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Purchase Order No. 274392, forHandheld Computers, to SHI Government Solutions, Inc., of Austin, Texas, in the amount of $59,599.00.

Description

Purchase thirty-six (36) Handheld Computers for the Airport to use in Terminals D and E.•

Justification

This Purchase Order is for 36 handheld scanners and six mobile printers needed to support theBaggage Reconciliation System (BRS) upgrade.

The current devices are no longer produced and the additional functionality provided by the upgraderequire new compatible handheld scanners and printers.

The new scanners will function prior to the upgrade and are the units recommended by the BRSsoftware vendor.These computers are being capitalized as part of a larger BRS System upgrade project.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Purchase Date: May 2018• Delivery Date: May 2018•

Contract # Agreement # Purchase Order # Action Amount Revised Amount274392 $59,599.00 $0

For Information contactMichael Youngs3-5350

Keith White3-5638

Fund Project # External Funding Source AmountDFW Capital Acct 26657-01 $59,599.00

Resolution #

Additional Information

Eleven (11) bids, including two (2) from an SBE firm, were received on or before the due date ofMarch 29, 2018.

The Bid Tabulation is attached.• The bid submitted by Alyn Enterprises, LLC dba ScanTexas, of The Colony, Texas, was determinedto be non-responsive as it did not meet the specifications outlined in the Airport's solicitation.

SHI Government Solutions, Inc., of Austin, 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 Purchase Order No. 274392, forHandheld Computers, to SHI Government Solutions, Inc., of Austin, Texas, in the amount of $59,599.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:47 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:04 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:23 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 17, 2018 5:28 pm

Pending

Chief Executive Officer Date

Handheld Computers Purchase Order No. 274392

Bid Tabulation

Bidders Bid Amount SHI Government Solutions, Inc. Austin, Texas

$59,599.00

Texas Barcode Systems Carrollton, Texas

$63,328.20

Scan Technology Inc. Manchester, Tennessee

$64,774.00

SDF Professional Computers Inc. Greenville, North Carolina

$65,721.40

EPS Logix, Inc.N1

Dallas, Texas

$68,604.00

OM Office Supply Inc. Mechanicsburg, Pennsylvania

$72,436.40

Howard Technology Solutions, a division of Howard Industries, Inc. Laurel, Mississippi

$74,404.00

ARINC Inc. Annapolis, Maryland

$80,186.00

Mavich LLCN2 Southlake, Texas

$86,498.86

Leepopo Corporation, Inc. San Antonio, Texas

$86,649.44

Alyn Enterprises, LLC dba ScanTexas The Colony, Texas

$59,300.04 Non-Responsive

Note: 1. SBE-Certified though North Central Texas Regional Certification

Agency 2. SBE-Certified through Texas Department of Transportation

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectUse Agreement Consulting Services

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 8005175, for UseAgreement Consulting Services, with DKMG Consulting LLC, of Wilmette, Illinois, in an amount not toexceed $300,000.00, for the initial two year term, with options to renew for two additional one-year periods.

Description

Award a Contract for Use Agreement Consulting Services for the Airport's Aviation Real EstateDepartment.

Justification

These consulting services are recommended to support the Airport's Staff efforts to ensure thestrategies and financial models for the upcoming negotiations with the Airlines.

DKMG Consulting LLC, has over 50 years of experience and expertise on recent trends and bestpractices in negotiating Use Agreements at major airports.

Services provided by the consultant will include the development of negotiating strategies, financialmodeling for various Use Agreement scenarios and final document development.

D/S/M/WBE Information

In accordance with the Board's SBE Program, no SBE goal was set for this Contract due to noavailability of SBE firms that perform this service.

Schedule/Term

Start Date: May 2018• Term: Two years, with two additional one-year renewal options•

Contract # Agreement # Purchase Order # Action Amount Revised Amount8005175 NTE $300,000.00 $0

For Information contactJeffrey Benvegnu3-4640

Sonji Brown-Killyon3-5648

Fund Project # External Funding Source Amount0102 $300,000.00

Resolution #

Additional Information

Three (3) Request for Proposals were received, two (2) from SBE firms, on or before November 28,2017.

DKMG Consulting LLC, of Wilmette, Illinois-DBE-Certified through Texas Department ofTransportation

Kaplan Kirsch & Rockwell LLP, of Denver, Colorado♦ Unison Consulting, of Chicago, Illinois-MBE-Certified through North Cental Texas RegionalCertification Agency

Responses were evaluated based on requirements set forth in the Request for Proposal. TheEvaluation Team consisted of Representatives of the Aviation Real Estate Department, FinanceDepartment, Treasury Management Department, Risk Management Department, CustomerExperience Department and Business Diversity and Development Department, recommends that theContract be awarded to DKMG Consulting LLC, of Wilmette, Illinois.

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. 8005175, for UseAgreement Consulting Services, with DKMG Consulting LLC, of Wilmette, Illinois, in an amount not toexceed $300,000.00, for the initial two year term, with options to renew for two additional one-year periods.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:51 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:04 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:23 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 17, 2018 2:40 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectLicense Agreement with Airports Council International

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to enter into a license agreement with AirportsCouncil International for its Airport Quality Service (ASQ) survey data enabling DFW Airport to sell areporting and benchmarking application to other airports.

Description

DFW has developed an application for internal use that allows it to trend and benchmark ASQ(Airport Service Quality) survey data against other airports.

Airports Council International (ACI) and DFW have researched the market and determined that otherairports would be interested in licensing this application.

ACI's current survey system does not provide this level of functionality.• The license agreement provides for DFW to assume primary responsibility for marketing, sales,system development and customer support.

ACI will provide the survey data as well as contracting, billing and collection functions.• DFW will receive 80% of the license fees and ACI 20%.•

Justification

ACI has over 300 airports using its ASQ survey system.• ACI has agreed to support DFW's sales and marketing efforts because the additional functionalitymay enable it to sell its system to new airports.

DFW revenues will be credited to the 0102 Fund.•

D/S/M/WBE Information

N/A - Not subject to the Board's D/S/M/WBE Program Policies (License Agreement).•

Contract # Agreement # Purchase Order # Action Amount Revised Amount$0 $0

For Information contactChris Poinsatte3-5210

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 Chief Executive Officer or designee be authorized to enter into a license agreement with AirportsCouncil International for its Airport Quality Service (ASQ) survey data enabling DFW Airport to sell areporting and benchmarking application to other airports.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:47 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:58 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:24 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 18, 2018 4:06 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectAmendment to DFW Airport Board's Code of Rules andRegulations

Resolution #

ActionThat the Airport Board requests the Cities of Dallas and Fort Worth to approve an amendment to DFWInternational Airport's Code of Rules and Regulations to include proposed new streets at the Passport ParkDevelopment site.

Description

As part of the Passport Park Development Site, DFW Airport is adding three new street names to belocated within the passport development site.

The proposed street names are:Passport Avenue (N & S)♦ Rochelle Road (E & W)♦ Market Street (E & W)♦

Justification

Any new street additions must go through a formal codification process, which involves amending theDFW Airport Board's Code of Rules and Regulations.

Amendments to the Airport's Code of Rules and Regulations require approval by the Owner Cities ofDallas and Fort Worth.

Construction of the streets are expected to be complete in 2019.•

D/S/M/WBE Information

N/A - Not subject to the Board's D/SM/WBE Program Policies (Code of Rules and Regulations).•

Contract # Agreement # Purchase Order # Action Amount Revised Amount$0 $0

For Information contactElaine Rodriguez3-5487

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 Airport Board requests the Cities of Dallas and Fort Worth to approve an amendment to DFWInternational Airport's Code of Rules and Regulations to include proposed new streets at the Passport ParkDevelopment site.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 17, 2018 2:43 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:05 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:24 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadLegalApr 17, 2018 2:42 pm

Pending

Chief Executive Officer Date

Appendix 1

Street Direction Hundred Block Speed Limit (MPH)

North Employee Parking N & S 1600 -1800 S 30 Loop Rd. Express North Public N & S 1700 -1800 S 20 Loop Rd. A Upper Level Rd. N & S 2000 - 2200 S 15 A Entrance Rd. N & S 2100 - 2173 20 A Exit Rd. N & S 2112 - 2171 20 A Recirculation Rd. N & S 2110 - 2171 15 A Lower Level Rd. N & S 2000 - 2200 S 15 B Public Loop Rd. N & S 2100 S 20 B Upper Level Rd N & S 2000 - 2200 S 15 B Lower Level Rd. N & S 2000 - 2200 S 15 C Public Loop Rd. N & S 2300 - 2400 S 20 C Upper Level Rd. N & S 2300 - 2400 S 15 C Lower Level Rd. N & S 2300 - 2400 S 15 D Service Level Rd. N & S 2275 - 2475 S 15 D Arrivals Level Rd. N & S 2325 - 2475 S 15 D Departures Level Rd. N & S 2325 - 2475 S 15 D Recirculation Rd. N & S 2350 - 2475 S 15 E Entrance Rd. N & S 2620 – 2691 20 E Exit Rd. N & S 2624 – 2689 20 E Recirculation Rd. N & S 2622-2689 15 E Upper Level Rd. N & S 2500 - 2700 S 15 E Lower Level Rd. N & S 2500 - 2700 S 15 Express South N & S 2600 S 15 Public Loop Rd.

Appendix 1

Street Direction Hundred Block Speed Limit (MPH) South Remote Parking N & S 2900 - 3000 S 20 Public Loop Rd. South Employee Parking N & S 2900 - 3100 S 30 Loop Rd. North Remote Carousel N & S 1600 - 1700 S 15 Connector Rd. South Remote Carousel N & S 3050 - 3100 S 15 Connector Rd. East Airfield Dr. N & S 2300 - 3400 S 45 South Airfield Dr. E & W 1800 - 2900 E 45 West Airfield Dr. N & S 1600 - 3400 E 45 North Airfield Dr. E & W 1475 - 2875 E 45 North Airfield Dr. E & W 2875 - 3000 E 35 North Service Rd. N 1300 - 3250 S 35 North Service Rd. N 3250 - 3900 N 45 South Service Rd. S 1300 - 1750 S 45 South Service Rd. S 1750 - 3825 S 35 South Service Rd. S 3825 - 4025 S 45 Service Rd. Crossunder 1 E & W 2275 - 2325 E 30 Service Rd. Crossunder 2 E & W 2275 - 2325 E 30 Service Rd. Crossunder 3 E & W 2275 - 2325 E 30 Service Rd. Crossunder 4 E & W 2275 - 2325 E 30 Service Rd. Crossunder 5 E & W 2275 - 2325 E 30 Service Rd. Crossunder 6 E & W 2275 - 2325 E 30 Service Rd. Crossunder 7 E & W 2275 - 2325 E 30 N. International Pkwy. N 300 - 1300 S 55 S. International Pkwy. S 300 - 1300 S 55 N. International Pkwy. N 1300 - 1500 S 30 S. International Pkwy. S 1300 - 1500 S 30 N. International Pkwy. N 1500 - 3400 S 55

Appendix 1

Street Direction Hundred Block Speed Limit (MPH) S. International Pkwy. S 1500 - 3400 S 55 N. International Pkwy. N 3400 - 3600 S 30 S. International Pkwy. S 3400 - 3600 S 30 N. International Pkwy. N 3700 - 4200 S 55 S. International Pkwy. S 3700 - 4200 S 55 International Pkwy. E & W 2275 - 2325 E 30 Crossunder 1 International Pkwy. E & W 2275 - 2325 E 30 Crossunder 2 International Pkwy. E & W 2275 - 2325 E 30 Crossunder 3 International Pkwy. E & W 2275 - 2325 E 30 Crossunder 4 International Pkwy. E & W 2275 - 2325 E 30 Crossunder 5 International Pkwy. E & W 2275 - 2325 E 30 Flyover Bridge 5 East 9th St. E & W 2825 - 2925 E 30 East 14th St. E & W 2825 - 2925 E 30 East 16th St. E & W 2325 – 2425 E 30 East 23rd St. E & W 2950 - 3050 W 30 East 26th St. E & W 2975 - 3050 E 30 East 28th St. E & W 2900 - 3050 E 35 East 31st St. E & W 3050 - 3125 E 30 East 32nd St. E & W 3050 - 3125 E 30 East 37th St. E & W 2400 - 2600 E 30 East 38th St. E & W 2300 - 2400 E 30 East 39th St. E & W 2400 - 2600 E 30 North 16th Ave. N & S 2050 - 2150 S 30 North 24th Ave. N & S 1650 –1825 S 30

Formatted: Indent: First line: 0"

Appendix 1

Street Direction Hundred Block Speed Limit (MPH) North 28th Ave. N & S 950 - 1450 S 30 South 20th Ave. N & S 3675 - 4150 S 30 South 22nd Ave. N & S 3250 - 3350 S 30 South 24th Ave. N & S 3850 - 4025 S 30 South 26th Ave. N & S 3575 - 3900 S 35 South 31st Ave. N & S 3175 - 3275 S 30 West 17th St. E & W 1150 -1550 E 30 West 19th St. E & W 1450 - 1700 E 35 West 20th St. E & W 1450 -1750 E 30 West 21st St. E & W 1475 -1650 E 30 West 23rd St. E & W 1550 - 1600 E 30 West 27th St. E & W 1575 - 1600 E 30 West 31st St. E & W 2200 - 2275 E 30 West 32nd St. E & W 2200 - 2275 E 30 West 33rd St. E & W 2100 - 2275 E 30 Freeport Pkwy. N & S 1500 S 30 Mid-Cities Blvd. E & W 1650 -1850 E 40 Royal Lane N & S 725 - 1375 S 35 Texan Trail N & S 1400 -1600 S 30 Rental Car Dr. E & W 2275 - 2800 E 35 South Garage Dr. E & W 2400 - 2500 E 30 Bus Entry/RCC E & W 2200 - 2400 E 30 Bus Exit/RCC E & W 2300 - 2400 E 30 Center Garage Dr. E & W 2500 E 30 North Garage Dr. E & W 2400 - 2500 E 30 Passport Ave. N & S 3600 - 4000 S 35 Passport Ave. N & S 4000 – 4525 S 30 S. W. Construction Rd. N & S 2550 - 3175 S 20

Appendix 1

Street Direction Hundred Block Speed Limit (MPH) S. W. Construction Rd. N & S 3175 - 3425 S 35 S. W. Construction Rd. E & W 1800 - 2100 E 35 Trade Ave. N & S 800 - 1075 S 30 Regent Blvd. E & W 2575 - 2925 E 30 Regent Blvd. N & S 725 - 925 S 30 Corporate Dr. N & S 750 -1025 S 30 Bear Creek Ct. N & S 3500 - 3600 S 30 Minters Chapel Rd. N & S 1500 -1600 S 30 Plaza Dr. E & W 2925 - 2950 E 30 Carbon Rd. N & S 3125 - 3150 S 30 Carbon Rd. E & W 3050 - 3175 E 30 Glade Rd. E & W 1200 - 1600 E 35 S. Main St. N & S 1650 - 1750 S 30 Esters Rd. E & W 2425 - 2925 E 30 W. Walnut Hill Ln. E & W 2325 – 3075 45 Mustang Drive E & W 1125 -1450 E 45 Stone Meyers Parkway N & S 700 – 875 S 40 Connection Ave. N & S 3950 – 3900 S 20 Southgate Ave. N & S 4020 – 3930 S 20 Aviation Dr. E & W 2320 – 2400 E 20 Global Dr. E & W 2350 – 2440 E 20 Innovation Dr. E & W 2340 – 2440 E 20 Technology Rd. E & W 2700 – 2850 E 30 Market St. E & W 2600 – 2875 E 30 Rochelle Rd. E & W 2600 – 2875 E 30

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectDigital Signage Computers

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Purchase Order No. 274391, forDigital Signage Computers, to Now Micro, Inc., of Saint Paul, Minnesota, in the amount of $312,686.00.

Description

Purchase 380 computers used to manage content on visual displays at the Airport.•

Justification

Contract is for the purchase of computers and video cables that control Electronic Visual InformationDisplay Systems (EVIDS) monitors throughout the DFW Campus.

The contract supports the rollout of new visual display software that will provide new capabilities andfeatures.

The computers and associated displays provide information to passengers including baggage andflight data.

The new computers will replace existing units that are end-of-life.• The total number of computers supporting visual displays will be reduced significantly as the newsoftware solution allows multiple displays to be controlled by a single computer.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Schedule/Term

Purchase Date: May 2018• Delivery Date: June 2018•

Contract # Agreement # Purchase Order # Action Amount Revised Amount274391 $312,686.00 $0

For Information contactMichael Youngs3-5350

Keith White3-5638

Fund Project # External Funding Source AmountDFW Capital Acct 26520-01 $312,686.00

Resolution #

Additional Information

Three (3) bids, including one (1) from an SBE firm, were received on or before the due date of March29, 2018.

Bidders Bid AmountNow Micro, Inc.Saint Paul, Minnesota $312,686.00

SDF Professional Computer, Inc.Greenville, North Carolina

$9,022.00Partial-Bid

EPS Logix, Inc. N1Dallas, Texas

$11,050.00Partial-Bid

Note:1. SBE-Certified through North Central TexasRegional Certification Agency.

Now Micro, Inc., of Saint Paul, Minnesota, 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 Order No. 274391, forDigital Signage Media Players, to Now Micro, Inc., of Saint Paul, Minnesota, in the amount of $312,686.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:55 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:05 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:26 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 17, 2018 5:40 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectCopper Cabling Services

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006587, for CopperCabling Services, with E2 Optics, LLC, of Addison, Texas, in an amount not to exceed $1,473,500.00, forthe initial one-year term of the Contract, with options to renew for four additional one-year periods.

Description

Award a Contract for Copper Cabling Services and Products for the Airport's Information TechnologyDepartment (ITS).

Justification

This Contract will provide cabling services for infrastructure wiring upgrades to existing Airportbuildings and computer rooms to bring them up to telecommunication wiring standards.

Costs will be incurred only when services are rendered.• The Contract terms reflect the new Audit Department recommendations which are reflected in thetotal bid amount.

This Action will allow for the addition of new telephone and data structure for building remodels andcubicle reconfigurations. It will support DFW initiatives including new DPS building, IntegratedOperations Center, Security Checkpoint wait times, and cellular services on Ramp areas inTerminals.

This Contract will provide Information Technology Services the flexible and responsive contractingcapability. It will help to reduce engineering, design, and contract procurement time.

D/S/M/WBE Information

In accordance with the Board's SBE Program, the SBE goal for this contract is 15%.• E2 Optics, LLC is a certified Small Business Enterprise (WF-C); therefore will count towards theBoard's overall SBE Program goals.

Schedule/Term

Start Date: May 2018• Contract Term: One year, with four one-year renewal options.The funding is anticipated to cover the duration of the 5 year term.

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006587 NTE $1,473,500.00 $0

For Information contactMichael Youngs3-5350

Shannon Hamilton3-5620

Fund Project # External Funding Source AmountVarious $1,473,500.00

Resolution #

Additional Information

Three (3) bids, two (2) from SBE firms, were received and opened on March 12, 2018.•

Bidders Bid AmountE2 Optics, LLCN1Addison, Texas $1,473,500.00

Connect Technology GroupCarrolton, Texas $1,756,300.00

Real Network Services, Inc.N2Dallas, Texas

$1,194,000.00Non-Responsive

Note:1. SBE-Certified though North Central TexasRegional Certification Agency and Women'sBusiness Council-Southwest2. SBE-Certified through North Central TexasRegional Certification Agency and D/FW MinoritySupplier Development Council, State of TexasHUB-Certified

The bid submitted by Real Network Services, Inc., of Dallas, Texas, was determined to benon-responsive as it did not meet the specifications outlined in the Airport's solicitation.

E2 Optics, LLC of Addison, 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. 7006587, for CopperCabling Services, with E2 Optics, LLC, of Addison, Texas, in an amount not to exceed $1,473,500.00, forthe initial one-year term of the Contract, with options to renew for four additional one-year periods.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:57 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:06 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:29 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 17, 2018 5:41 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectQuality Assurance Services

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to increase Contract No. 8004930, for QualityAssurance and Managed Regression, with Cigniti Technologies, Inc., of Irving, Texas, in an amount not toexceed $3,500,000.00, for a revised Contract amount not to exceed $6,344,000.00.

Description

Increase the Contract for Quality Assurance Testing services for Airport technology implementationsand upgrades.

Justification

Contract increase allows for additional funding capacity to cover the period that expires November 4,2019.

Provides ITS the ability to deliver quality assurance testing of data and software prior to itsdeployment or upgrade.

Used to help mitigate cyber security attacks by testing software for new vulnerabilities.• Helps ensure the accuracy and quality of DFW financial and operational data.• Support new systems implementation such as Prepaid Parking, Security check point wait times, Timeand Labor, and Electronic Visual Display upgrades.

Necessary to support planned upgrades of DFW HR and Financial systems.•

D/S/M/WBE Information

In accordance with the Board's SBE Program, no SBE goal was set for this Contract due to thenature of the procurement which does not lend itself to SBE participation.

Schedule/Term

Contract Term: The contract will extend to 14 months from the current expiration date August 31,2018 to revised expiration November 4, 2019.

Contract # Agreement # Purchase Order # Action Amount Revised Amount8004930 NTE $3,500,000.00 $6,344,000.00.

For Information contactMichael Youngs3-5350

Timothy Schmidt3-4627

Fund Project # External Funding Source AmountVarious $3,500,000.00

Resolution #

Additional Information

On October 2, 2014 Board Staff awarded Contract No. 8004930, for Quality Assurance and ManagedRegression, with Cigniti Technologies, Inc., 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. 8004930, for QualityAssurance and Managed Regression, with Cigniti Technologies, Inc., of Irving, Texas, in an amount not toexceed $3,500,000.00, for a revised Contract amount not to exceed $6,344,000.00.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:02 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:06 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:30 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadInformation Technology SvcsApr 17, 2018 5:27 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeFinance/Audit

SubjectCyber and Technology Liability Insurance

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to bind and procure a Cyber and TechnologyLiability Insurance Policy, with ACE American Insurance Company (Chubb) in the amount of $54,988.78 forthe policy year effective May 1, 2018.

Description

This action will authorize the Airport's Risk Management Department to procure Cyber andTechnology Liability Insurance to protect the Board from substantial unforeseeable financial lossesresulting from a variety of emerging cyber perils.

Justification

An enterprise-wide Cyber and Technology Liability insurance policy will align DFW Airport's risktransfer financing with industry best practices.

This action will provide the following 2018 coverage limits:• Policy Limit - $10,000,000.00• Retention - $100,000.00• Business Interruption Waiting Period - 8.00 Hours• Premium - $54,988.78•

D/S/M/WBE Information

N/A - Not subject to the Board's D/S/M/WBE Program Policies (Insurance Premiums).•

Schedule/Term

One year policy effective May 1, 2018 through May 1, 2019.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount$54,988.78 $0.00

For Information contactMichael Yip3-5655

Fund Project # External Funding Source Amount0102 $54,988.78

Resolution #

Additional Information

Coverage will include: Technology & Professional Services, Media, Privacy and Cyber Security,Privacy Regulatory Defense, Awards and Fines, Supplemental Third Party Prevention, Data BreachResponse & Crisis Management Coverage, Business Interruption and Extra Expense, DataRecovery, and Cyber Extortion.

Six (6) carriers were solicited• Five (5) insurance companies provided proposals• Three (3) options were quoted by each company ($3M, $5M, & $10M Limits)

XL Catlin (the incumbent)♦ AIG♦ Axis♦ Beazley♦ Chubb (Recommended)♦

ACE American Insurance Company (Chubb) is the recommended carrier and is rated by A.M. Bestas A++ (Superior), XV ($2 Billion or greater) Stable.

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 a Cyber and TechnologyLiability Insurance Policy, with ACE American Insurance Company (Chubb) in the amount of $54,988.78 forthe policy year effective May 1, 2018.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 3:54 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:05 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:29 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 17, 2018 3:02 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDCOMMITTEE DISCUSSION ITEM

Meeting Date05/03/2018

SubjectAgreements issued by Aviation Real Estate

CommitteeFinance/Audit

Item For DiscussionPermits and Agreements issued by the Aviation Real Estate Department

Description

See attached list of permits and agreements issued by Aviation Real Estate.•

Board Meeting Date: May 3, 2018

Permits and Agreements issued by the Aviation Real Estate Department

Flight Services & Systems, Inc.

Permit Amendment – Terms: month to month - Amendment to add 130 square feet in Terminal E and 580 square feet of ramp level space in Terminal D to existing Permit.

Spirit Airlines, Inc.

Signatory Agreement Amendment – Term expires 09/30/2020: – Amendment to relocate ticket counters, support space, BSO and add Gatehouses E32 and E33 to Spirit’s agreement.

Republic Airlines, Inc.

Merger – Shuttle America, Inc., a Permittee Airline at DFW, was merged into Republic Airlines, Inc. Permits were adjusted to reflect the remaining entity, Republic Airlines, Inc.

British Airways, Inc.

Permit Amendment – Terms: month to month – Amendment to reduce terminal support space square footage by 127 square feet in Terminal D.

jetBlue Airways, Inc.

Permit Amendment – Terms: month to month – Update permitted square footage to reflect new post TRIP square footage in Terminal E.

Signatory Agreement – jetBlue executed the DFW Lease and Use Agreement.

Lufthansa Airlines, Inc.

Permit Amendment – Terms: month to month – Amendment to relocate and adjust ATO square footage in Terminal D.

Omni Air International, Inc.

Permit Amendment – Terms: month to month – Amendment to reflect 2018 utility charges

United Air Lines, Inc.

Signatory and Permit Agreement Amendments – Amendment to update leased square footage to post-TRIP actual square footage

American Airlines, Inc.

Signatory Agreement – Amendments to DFW Lease and Use Agreement o 5th Amendment to reflect space adjustments in Terminal D. o 6th Amendment to add preferential lease of Terminal E, Gate 34. o 7th Amendment to add preferential lease of the Terminal E Satellite gates

and associated space. Permit – Permit to occupy a portion of the maintenance facility at 3001 N. Airfield

Drive to support deicing operations.

Sun Country Airlines, Inc.

Permit Amendment – Permit to adjust terminal square footage in Terminal D.

Transportation Security Administration, Inc.

License Amendment – License amended to update annual utility and janitorial reimbursements.

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDCOMMITTEE DISCUSSION ITEM

Meeting Date05/03/2018

SubjectMonthly Report

CommitteeFinance/Audit

Item For DiscussionReport to the Airport Board all Contracts and Purchase Orders valued between $25,000.00 and $50,000.00and Contract/Purchase Order Increases/Decreases valued between $25,000.00 and $50,000.00, for themonth of March 2018.

Description

Attached is a list of all Contracts and Purchase Orders valued between $25,000.00 and $50,000.00and Contract/Purchase Order Increases/Decreases valued between $25,000.00 and $50,000.00,which were approved by Board Staff under the delegated authority during the month of March 2018.

PURCHASE ORDERS BETWEEN $25,000.00 AND $50,000.00 (MARCH 2018)

VENDOR/LOCATION PO/

CONTRACT NO.

DESCRIPTION DEPARTMENT AMOUNT

Centerline SupplyN1 Grand Prairie, Texas

274407

Paint Striper

Energy, Transportation

and Asset Management

NTE $25,045.95

Paid to Date: $0.00 Requisition No. 264133

Stryker Sales Corporation Portage, Michigan

274360

Lift for Ambulance Stretcher

Public Safety NTE $28,339.72

Paid to Date: $2,971.52 Requisition No. 263745

Swarco Reflex LLC Mexia, Texas

274559

Purchase of Glass Beads

Procurement and Materials Management

$38,400.00

Paid to Date: $0.00

Requisition No. 264388

Tymco, Inc. Waco, Texas

274073

Repairs

Energy, Transportation

and Asset Management

NTE $29,141.00

Paid to Date: $0.00 Requisition No. 263932

Vandergriff Chevrolet Arlington, Texas

274363

Survey Vehicle

Design, Code and

Compliance

NTE $37,405.45

Paid to Date: $0.00 Requisition No. 263031

Vohne Liche Kennels, Inc. Denver, Indiana

274413

Explosive Detection Canines

Public Safety NTE $35,659.00

Paid to Date: $0.00 Requisition No. 264172

TOTAL $193,991.12 Note:

1. SBE-Certified through Texas Department of Transportation

NON-PROFESSIONAL SERVICES CONTRACTS BETWEEN $25,000.00 AND $50,000.00 (MARCH 2018)

VENDOR/LOCATION PO/ CONTRACT NO. DESCRIPTION DEPARTMENT AMOUNT

Dallas Morning News Dallas, Texas

7006648

Advertisements for Ambassador Program

Customer Experience

$49,500.00

Paid to Date: $0.00

TOTAL $49,500.00

PROFESSIONAL SERVICES CONTRACTS BETWEEN $25,000.00 AND $50,000.00 (MARCH 2018)

VENDOR/LOCATION PO/

CONTRACT NO.

DESCRIPTION DEPARTMENT AMOUNT

PartnerComm, Inc. Arlington, Texas

8005203

Consulting Services: Total Rewards

Corporate Communications

NTE $25,000.00

Paid to Date: $0.00

TOTAL $25,000.00

CONTRACT/PURCHASE ORDER INCREASES/DECREASES ($25,000 OR GREATER) (APPROVED BY BOARD STAFF UNDER THEIR DELEGATED AUTHORITY –MARCH 2018)

VENDOR/LOCATION

PO/ CONTRACT NO.

DESCRIPTION

DEPARTMENT

CONTRACT DATA

E.F. Johnson Company, Inc. Irving, Texas

7006084

Radio Systems Replacement

Information Technology

Services

Contract Value: This Action: Revised Contract Value: Paid to Date:

$5,429,854.74 $31,217.52

$5,461,072.26 $4,304,025.72

Interline Brands Inc., dba SupplyWorks Grand Prairie, Texas

7006513

Janitorial Cleaning Supplies

Customer Experience

Contract Value: This Action: Revised Contract Value: Paid to Date:

$181,149.40 $39,744.29

$220,893.69 $166,129.08

PRIDE Industries One, Inc. Roseville, California

7005934

Custodial Services: Public Facilities

Customer Experience

Contract Value: This Action: Revised Contract Value: Paid to Date:

$4,997,392.12 $30,544.94

$5,027,937.06 $3,054,501.06

Effective Edge Worldwide, LLC Castle Rock, Colorado

8005146

Consulting Services: Edge Training

Human Resources

Contract Value: This Action: Revised Contract Value: Paid to Date:

$18,000.00 $25,217.00 $43,217.00 $17.978.40

TOTAL $126,723.75

Concessions/Commercial Development Committee Meeting Agenda – May 1, 2018 Page 1 of 1

AGENDA CONCESSIONS/COMMERCIAL DEVELOPMENT COMMITTEE

TUESDAY, MAY 1, 2018 12:55 p.m.

CONCESSIONS/COMMERCIAL DEVELOPMENT COMMITTEE 34. Approve the minutes of the Concessions/Commercial Development Meeting

of April 3, 2018.

Action Items for Consideration J. Badin 35. Approve execution of Contract No. 7006626, for Terminal Seating and

Electrical Maintenance, with Airline Fabricare Systems, LLC, of Fort Worth, Texas, in an amount not to exceed $555,787.00, for the initial one year term of the Contract, with options to renew for four additional one-year periods.

36. Approve execution of Contract No. 7006623, for Tork PeakServe Hand Towels and Dispensers, with Torrez Paper Company, of Farmers Branch, Texas, in an amount not to exceed $1,266,600.00, for the two year term of the Contract, with options to renew for three one-year periods.

Z. Campbell 37. Approve execution of leases with retail and food and beverage providers for Terminals A, C and D as recommended by the DFW Selection Committee.

Discussion Items Z. Campbell 38. Permits Issued by Concessions.

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeConcessions/CommercialDevelopment

SubjectMaintenance for Terminal Seating and Electrical

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006626, for TerminalSeating and Electrical Maintenance, with Airline Fabricare Systems, LLC, of Fort Worth, Texas, in anamount not to exceed $555,787.00, for the initial one year term of the Contract, with options to renew forfour additional one-year periods.

Description

Award a Contract for Maintenance for terminal seating and electrical maintenance for the Airport'sCustomer Experience Department

Justification

This is a replacement for an existing Contract which has been in place for five years.• This Contract includes monthly inspection and maintenance services on approximately 15,000 gatelounge and food court seats for all five Terminals.

This Contract includes monthly maintenance and repair for power poles, under seat power and beamseating power throughout terminals and any other power needs in the DFW facilities as identified asneeding repair.

D/S/M/WBE Information

In accordance with the Board's SBE Program, no SBE goal was set for this Contract due to thelimited availability of SBE firms that perform this service.

Schedule/Term

Start Date: July 1, 2018• Contract Term: One year, with four one-year renewal options.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006626 NTE $555,787.00 $0

For Information contactJulio Badin3-9504

Peggy Watkins3-5619

Fund Project # External Funding Source Amount0102 $555,787.00

Resolution #

Additional Information

Three bids, none from SBE firms, were received on or before the due date March 20, 2018.•

Bidders Bid AmountAirline Fabricare Systems, LLCFort Worth, Texas $555,787.00

ABM AviationAtlanta, Georgia $829,652.36

ERMC Aviation, LLCChattanooga, Tennessee $3,874,795.16

Airlines Fabricare Systems, LLC is the lowest responsive, responsible bidder.• Airlines Fabricare Systems, LLC, based out of Fort Worth, is a new vendor with DFW Airport.•

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. 7006626, for TerminalSeating and Electrical Maintenance, with Airline Fabricare Systems, LLC, of Fort Worth, Texas, in anamount not to exceed $555,787.00, for the initial one year term of the Contract, with options to renew forfour additional one-year periods.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:03 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:07 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:31 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadCustomer ServiceApr 17, 2018 7:58 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeConcessions/CommercialDevelopment

SubjectTork PeakServe Hand Towels and Dispensers

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute Contract No. 7006623, for TorkPeakServe Hand Towels and Dispensers, with Torrez Paper Company, of Farmers Branch, Texas, in anamount not to exceed $1,266,600.00, for the two year term of the Contract, with options to renew for threeone-year periods.

Description

Award a Contract for Tork PeakServe Hand Towels and Dispensers for the Airport's CustomerExperience Department.

Justification

This is a replacement contract which will provide a new type of hand towel dispensers and handtowels for Terminal D, B, and E to replace the center pull towel units.

The new type of hand towel dispensers has a higher capacity of over 2100 towels each.• Hand Towel Dispensers will be provided at no cost to the Airport, and Hand Towels will be orderedon an as-needed basis.

This unit has been identified as the future standard for all restrooms, and will eliminate all thedifferent hand towel solutions throughout the airport.

D/S/M/WBE Information

N/A - Not subject to the goal per the Board's SBE Policy due to the nature of the procurement(Goods/Finished Products).

Torrez Paper Company is a certified Small Business Enterprise (NF-C); therefore will be countedtowards the Board's overall SBE Program goals.

Schedule/Term

Start Date: May 2018• Contract Term: Two years, with three one-year renewal options.•

Contract # Agreement # Purchase Order # Action Amount Revised Amount7006623 NTE $1,266,600.00 $0

For Information contactJulio Badin3-5589

Lisa Taylor3-5634

Fund Project # External Funding Source Amount0102 $1,266,600.00

Resolution #

Additional Information

Four (4) Bids, one (1) from an SBE firm, were received and opened on February 23, 2018.•

Bidders Bid AmountTorrez Paper Company N1Farmers Branch, Texas $1,266,600.00

Interline Brands, Inc. dba SupplyWorksFort Worth, Texas $1,344,600.00

Pollock Paper DistributorsGrand Prairie, Texas $1,384,680.00

Ferguson Facility Supply - Matera Paper DivisionNewport News, Virginia $1,455,400.00

Note:1. SBE-Certified through D/FW Minority Supplier DevelopmentCouncil and North Central Texas Regional Certification Agency,State of Texas HUB-Certified

Torrez Paper Company, of Farmers Branch, Texas, an SBE firm, 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. 7006623, for TorkPeakServe Hand Towels and Dispensers, with Torrez Paper Company, of Farmers Branch, Texas, in anamount not to exceed $1,266,600.00, for the two year term of the Contract, with options to renew for threeone-year periods.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 18, 2018 4:07 pm

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 2:07 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:35 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department HeadCustomer ServiceApr 17, 2018 8:00 pm

Pending

Chief Executive Officer Date

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDOFFICIAL BOARD ACTION/RESOLUTION

Date05/03/2018

CommitteeConcessions/CommercialDevelopment

SubjectTerminals A, C and D Concessions RFP Awards

Resolution #

ActionThat the Chief Executive Officer or designee be authorized to execute leases with retail and food andbeverage providers for Terminals A, C and D as recommended by the DFW Selection Committee.

Description

As a result of this RFP,DFW selection committee is recommending to award, eight (8) concessionslocations; six (6) Food and Beverage and two (2) Retail locations.

These openings will occur over the next year as existing locations expire.• Please see attachment for further details.•

Justification

This action is based on the Concessions Policy, 2.2 Solicitation and Selection Processes for thecompetitive bidding processes as described as Request for Proposal.

This action supports the Board's Concession Policy to provide and improve the shopping, dining andservice experience at DFW International Airport.

D/S/M/WBE Information

In accordance with the Board's ACDBE Program, the ACDBE goals for these packages are attached.• A 30% M/WBE participation goal was established for the design and construction for eachconcession location.

Contract # Agreement # Purchase Order # Action Amount Revised Amount$0 $0

For Information contactZenola Campbell3-4830

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 execute leases with retail and food andbeverage providers for Terminals A, C and D as recommended by the DFW Selection Committee.

Approved as to Form by

Rodriguez, ElaineLegal CounselApr 20, 2018 9:48 am

Approved as to Funding by

Underwood, MaxVice President FinanceFinanceApr 19, 2018 1:58 pm

Approved as to M/WBE by

Burks Lee, TamelaVice President Business Diversityand DevelopmentBusiness Diversity andDevelopmentApr 19, 2018 4:43 pm

SIGNATURE REQUIRED FOR APPROVAL

Approved by

Department Head

Apr 18, 2018 5:16 pm

Pending

Chief Executive Officer Date

Terminal A, C and D RFPProposal Information Summary

Package Location Concession Name Proposed Concept Proposing Company (BDF) Ownership (BDF)%

OwnershipTerm

(Years)

Minimum Annual

Guarantee % RentACDBE Goal %

ACDBE Commitment

M/WBE Goal %

M/WBE Commitment Ethnicity

F&B-1 A-2-034C-A01 Sweet Snack Whisk and Bowl Grapevine Baking Company Elevate Gourmet Brands 80% 7 $110,000 18%, 20% 20% 30% 30% B/ME&K Retail Airport Concessions, LLC 20%

C-2-043E-A01 7 $50,000 18%

F&B-2 C-2-076D-A01 Salty Snack Auntie Anne's Texas Pretzels, Inc. Texas Pretzels, Inc. 100% 7 $100,000 18% 25% 100% 30% 30% W/F

D-SV103 7 $40,000 18%

F&B-3 C-2-079D-A01 Gelato/Frozen Treat Pinkberry Branded Works, Inc. Branded Works, Inc. 100% 7 $50,000 17.7%, 40% 100% 30% 30% W/F

D-SV102 7 $40,000 15.7%

RTL-7 C-2-041D-A01 Convenience Retail 7 Eleven JDDA Concessions Management Inc. JDDA Concessions Management Inc. 100% 10 $173,000 17%,12%14%17% 35% 100% 30% 30% P/M

RTL-11 C-2-024D-A01 Specialty Retail Natalie's Melshire DFW, L.P. Melshire DFW, L.P. 100% 7 $110,000 14%, 14%, 18% 45% 100% 30% 30% H/F

DALLAS FORT WORTH INTERNATIONAL AIRPORT BOARDCOMMITTEE DISCUSSION ITEM

Meeting Date05/03/2018

SubjectPermits Issued by Concessions

CommitteeConcessions/CommercialDevelopment

Item For DiscussionPermits Issued by Concessions

Description

HG DFW Retailers JV was issued an Amendment to Lease Number 009751 for 1,075 square feet ofstorage space identified as E-1-03E-A02. The Amendment is co-terminus with the Lease.Concessionaire will be charged a rate of $50.00 per square foot of space, per year, subject to annualincreases.

Corliss Stone-Littles, LLC was issued an Amendment to Lease Number 008353 for 200 square feetof storage space identified as A-1-025B-A17. The Amendment is co-terminus with the Lease.Concessionaire will be charged a rate of $50.00 per square foot of space, per year, subject to annualincreases.

Corliss Stone-Littles, LLC was issued Permit Number 010547 to operate a Swarovski location inTerminal A, ID No. A-2-075C-A01 at Gate A24. Concessionaire shall pay rents equal to thirteen andone-half percent (13.5%) for the sale of Specialty Retail and thirteen and one-half percent (13.5) ofall other Gross Receipts. The term will be for six (6) months.

Host International Inc. was issued an Amendment to Lease Number 008646 for 634 square feet ofoffice space identified as E-2-045F-A01. The Amendment is co-terminus with the Lease.Concessionaire will be charged a rate of $50.00 per square foot of space, per year, subject to annualincreases.