GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS...

227
GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: OCTOBER 19, 2016 DAY: WEDNESDAY TIME: 2:00 P.M. PLACE: ORLANDO EXECUTIVE AIRPORT, 365 RICKENBACKER DR., ORLANDO, FL 32803 For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. I. CALL TO ORDER. II. ROLL CALL. III. PLEDGE OF ALLEGIANCE IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR AUGUST 10 and SEPTEMBER 21, 2016 V. PRESENTATION A. Recognition of Arnold Palmer B. Briefing on National Business Aviation Association (NBAA) Business Aviation Convention & Exhibition C. Presentation of Mission Flag VI. CONSENT AGENDA: (These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will be considered separately.) Items in bold indicate an amount of $1 million or greater. A. Recommendation to Accept Committee Minutes B. Recommendation to Adopt 2017 Aviation Authority Board Calendar C. Recommendation to Approve an Amendment to the Airside 1 Specialty Retail Concession Package Agreement with Hudson Keys Orlando Joint Venture and the Airside 3 Specialty Retail Concession Package Agreement with Hudson Orlando AS-3 Joint Venture D. Recommendation to Approve Amendment No. 3 to the Orlando Tradeport Maintenance Hangar Lease Agreement between the Greater Orlando Aviation Authority and Southwest Airlines Co. at Orlando International Airport E. Recommendation to Approve Amendment No. 2 to the Airsides 1 and 4 Passenger Lounge Concession Agreement with ALD Development, Corp. F. Recommendation to Approve Amendment No. 4 to Employment Agreement with Mr. Phillip N. Brown G. Recommendation to Amend the Cafeteria Plan Document (“the Plan”) Adopted January 1, 1994 Which Permits Certain Employee Health Insurance Premium Payments and Contributions to be Made on a Pre-Tax Salary Reduction Basis NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.

Transcript of GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS...

Page 1: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

AGENDA

DATE: OCTOBER 19, 2016 DAY: WEDNESDAY TIME: 2:00 P.M.

PLACE: ORLANDO EXECUTIVE AIRPORT, 365 RICKENBACKER DR., ORLANDO, FL 32803

For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority’s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. I. CALL TO ORDER. II. ROLL CALL. III. PLEDGE OF ALLEGIANCE IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR AUGUST 10 and SEPTEMBER 21, 2016 V. PRESENTATION A. Recognition of Arnold Palmer B. Briefing on National Business Aviation Association (NBAA) Business Aviation Convention & Exhibition C. Presentation of Mission Flag VI. CONSENT AGENDA:

(These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will be considered separately.) Items in bold indicate an amount of $1 million or greater.

A. Recommendation to Accept Committee Minutes B. Recommendation to Adopt 2017 Aviation Authority Board Calendar C. Recommendation to Approve an Amendment to the Airside 1 Specialty Retail Concession Package Agreement with Hudson Keys

Orlando Joint Venture and the Airside 3 Specialty Retail Concession Package Agreement with Hudson Orlando AS-3 Joint Venture D. Recommendation to Approve Amendment No. 3 to the Orlando Tradeport Maintenance Hangar Lease Agreement between the

Greater Orlando Aviation Authority and Southwest Airlines Co. at Orlando International Airport E. Recommendation to Approve Amendment No. 2 to the Airsides 1 and 4 Passenger Lounge Concession Agreement with

ALD Development, Corp. F. Recommendation to Approve Amendment No. 4 to Employment Agreement with Mr. Phillip N. Brown G. Recommendation to Amend the Cafeteria Plan Document (“the Plan”) Adopted January 1, 1994 Which Permits Certain Employee

Health Insurance Premium Payments and Contributions to be Made on a Pre-Tax Salary Reduction Basis

NOTE: Any person who desires to appeal any decision made at these meetings will need record of the proceedings and for that purpose may need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal is to be based.

Page 2: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2

VI. CONSENT AGENDA (con't): H. Recommendation to Dispose of Surplus Property I. Recommendation to Approve Organizational Policy, Section 130.04, Debarment of Contractors J. Recommendation to Approve Revisions to Four Aviation Authority Committees to Conform to Proposed Organizational Policy,

Section 130.04, Debarment of Contractors K. Recommendation of the Concessions/Procurement Committee to deem MCO Airport Plaza, L.L.C. as a Responsive and

Responsible Proposer in Response to the Request for Proposals for Proposal Documents for the Travel Plaza Facility at Orlando International Airport

L. Recommendation of the Concessions/Procurement Committee to Approve Purchase of Replacement Lounge Seating for the West Great Hall and the Hyatt Atrium in the Landside Terminal Building and Associated Services from Agati, Inc.

M. Recommendation of the Concessions/Procurement Committee to Award the Single Source Procurement Purchase of Airside 2 Holdroom Seating Replacement Services to Arconas

N. Recommendation of the Concessions/Procurement Committee to Award Purchasing Request for Written Quotation (RFQ) #92333-16, Single Ply, Single Roll Bath Tissue Supply Procurement

O. Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of Three (3) Passenger Boarding Bridges from John Bean Technologies Corporation d/b/a JBT AeroTech, Jetway Systems

P. Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of One (1), 100 Foot Aerial Platform Fire Apparatus for Aircraft Rescue and Fire Fighting (ARFF)

Q. Recommendation of the Construction Committee to Approve Change Orders to Various Contracts R. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management

Services Agreement with Cost Management, Inc. dba CMI for Administrative Support Services to the Small Business Department for Fiscal Year (FY) 2017

S. Recommendation of the Construction Committee to Approve an Addendum to Each of the Continuing Architectural Services Agreements with Borrelli & Partners, Inc.; Le-Huu Partners, P.A.; MLM-Martin Architects, Inc.; MRI Architectural Group, Inc.; and, Rhodes & Brito Architects, Inc. to Exercise the First One-Year Renewal Option

T. Recommendation of the Construction Committee to Approve Addenda to the Continuing Roofing Construction Services Agreements to Exercise the First One-Year Renewal Options

U. Recommendation of the Construction Committee to Approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Compliance Services for the South Airport Automated People Mover (APM) Complex Program

V. Recommendation of the Construction Committee to Approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services

W. Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 6 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport (MCO)

X. Recommendation of the Construction Committee to Approve Addendum No. 2 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with PCL Construction Services, Inc. for BP-S126, Early Site Work and Structures (GMP No. 1-S) at the Orlando International Airport (MCO)

Y. Recommendation of the Construction Committee to Approve an Addendum to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for Design, Bid and Award Phase Services for W-S00109, South Terminal C, Phase 1 – Prime Architectural Design Consultant, at the Orlando International Airport (MCO)

Z. Recommendation of the Construction Committee to Approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design, Bid and Award Phase Services for W-S00110, South Terminal C (Phase 1) – Architect of Record (and Major Subconsultants), at the Orlando International Airport (MCO)

AA. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 23 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for Additional Planning and Design Development Services for WS00117, South Terminal C, Phase 1 – Program Administration and Oversight, at the Orlando International Airport (MCO)

Page 3: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 3

VI. CONSENT AGENDA (con't): BB. Recommendation of the Construction Committee to Approve an Addendum to the Technology and Multi-Media Systems

Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc. for Design, Bid and Award Phase Services for W-S00113, South Terminal C (Phase 1) - Technology and Multi-Media Systems, at the Orlando International Airport (MCO)

CC. Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Continuing Vertical Construction Services at the Orlando International Airport (MCO) and the Orlando Executive Airport (ORL)

DD. Recommendation to approve the Property Access License Agreement by and between the Greater Orlando Aviation Authority and the Florida Gas Transmission Company, LLC and joined by the City of Orlando

EE. Recommendation to Approve the Use of Capital Expenditure Funds for Project BP-443, Airside 4 Improvements Program – Federal Inspection Station (FIS) / Custom and Border Protection (CBP) Renovation and Wing Expansion at the Orlando International Airport (MCO)

FF. Recommendation to Approve the Use of Capital Expenditure Funds for Project BP-477, Automated People Mover (APM) Improvements for Airsides 2 and 4 at the Orlando International Airport (MCO)

GG. Recommendation to Approve the Use of Capital Expenditure Funds for Project V-00831, Airside 1 Passenger Lounge HVAC Upgrade (Design/Build) at the Orlando International Airport (MCO)

HH. Recommendation to Approve a Resolution of the Greater Orlando Aviation Authority with Respect to Approving and Authorizing Execution of a First Amendment to Revolving Credit Agreement Relating to $100,000,000 Tax-Exempt and Taxable Series 2015 (PNC) Revolving Credit Notes; Authorizing Execution of Amended and Restated $100,000,000 Tax-Exempt and Taxable Series 2015 (PNC) Revolving Credit Notes

VII. CHAIRMAN’S REPORT VIII. INFORMATION SECTION:

(No action is required on the item(s). Board members should feel free to ask questions on the item(s).) A. Notification of Executive Director Approvals for October Board Meeting B. Notification of Release of RFP/RFB/RFQ’s C. Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers for Major

Trade Packages for the South Airport Automated People Mover (APM) Complex and South Airport Intermodal Terminal Facility (ITF) Complex Programs at the Orlando International Airport

D. Construction Progress Report

NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, NOVEMBER 16, 2016

Page 4: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Accept Aviation Authority Committee Minutes BACKGROUND The following Aviation Authority Committee meeting minutes are provided in conjunction with the agenda package for the board meeting: 1. August 25, 2016, Design Review Committee 2. March 1 and May 31, 2016, Concessions/Procurement Committee 3. August 16, August 23, and August 30, 2016, Professional Services

Committee RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept these minutes for filing.

CONSENT AGENDA ITEM - A -

Page 5: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 6: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 7: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 8: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 9: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 10: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 11: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 12: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 13: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 14: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 15: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 16: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 17: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 18: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 19: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 20: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 21: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 22: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

On TUESDAY, AUGUST 23, 2016, the PROFESSIONAL SERVICES COMMITTEE of the Greater Orlando Aviation Authority met in the GOAA Annex Building, 1 st Floor Conference Rooms (Apollo/

Gemini/Taurus), 5855 Cargo Road, Orlando, FL 32827. Vice Chair Ruohomaki called the meeting

to order at 9:16 a.m. The meeting was posted in accordance with Florida Statutes and a

quorum was present.

Committee Members present:

Davin Ruohomaki, Vice Chair

Ron Lewis, Deputy Executive Director - Operations

Kathleen Sharman, Chief Financial Officer David M. Patterson, Director of Construction

Also present:

Robert Alfert, Legal Counsel (Broad and Cassel)

Karen Ryan, Legal Counsel (Broad and Cassel)

Yovannie Rodriguez, Legal Counsel (Marchena & Graham)

Kathy Anderson, Contracts and Grants

Tom Draper, Operations Gary Hunt, Maintenance

Kiel Barnekov, IT Ian Brooks, IT

John Newsome, IT

EJ Ahmad, CMTS John Guirges, GCI

Alan Jones, Finance

Tuan Nguyen, Planning

Jeff Daniels, Maintenance

Ben Brown, Parsons Brinckerhoff, Inc.

Roy Block, R.W. Block Stefan Schreiner, CMTS/Hanson

Charles Sukanek, Page One Consultants

Duy Dao, Dao Consultants

Andy Kacer, AECOM David Epling, PMA

Debbie McKeown, Project Controls Ishne Hobbs, Project Controls

Larissa Bou-Vazquez, Recording Secretary

LOBBYIST DISCLOSURE

For individuals who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year

prior to conducting any lobbying activities. A statement of expenditures incurred

in connection with those lobbying instances should also be filed prior to April 1

of each year for the preceding year. As of January 16, 2013, lobbying any Aviation

Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time

that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an

award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or

Board members. In the event a lobbyist meets with or otherwise communicates with

Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying

to the Aviation Authority within 7 calendar days of such lobbying. As of January

16, 2013, lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices.

The policy, forms, and instructions are available in the Aviation Authority's offices and the web site. Please contact the Director of Board Services with questions at

(407) 825-2032.

Page 23: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Minutes of the Professional Services Committee August 23, 2016 Page 2 of 4

ANNOUNCEMENT Any appeals of decisions made by the Professional Services Committee (PSC) must be filed with the Executive Director within five business days (no later than 4:00 p.m. on the fifth business day) of the rendition of that decision, except those that have issues under Contract, in which case the contract provisions supersede.

CONTRACT HOLDER - PLANNING & ENGINEERING

REQUEST FOR RECOMMENDATION TO THE AVIATION AUTHORITY BOARD FOR APPROVAL OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH FAITH GROUP CONSULTING, LLC FOR INFORMATION SYSTEMS STAFF AUGMENTATION SUPPORT FOR SR. SYSTEM ADMINISTRATOR, AT THE ORLANDO INTERNATIONAL AIRPORT. 1. Mr. Barnekov presented the memorandum, dated August 23, 2016, along with theproposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a full­time position to support the Information Technology (IT) Infrastructure and ITTelecom groups. It is anticipated that this position will be onsite 40 hours perweek and will be under the direction of an Aviation Authority IT Manager. As amember of the Aviation Authority IT team, the Sr. Systems Administrator will beresponsible for carrying out day-to-day operations under the direction of theAviation Authority IT team for the period beginning October 1, 2016 and endingSeptember 30, 2017.

The Office of Small Business Development has reviewed the subject contract's proposed MWBE/LDB specifications and determined that, due to the limited and specialized

scope of the required services, Faith Group Consulting, LLC does not propose to achieve any MWBE/LDB participation on this Amendment/Addendum and is eligible for award of subject contract.

Upon motion of Mr. Patterson, second by Ms. Sharman, vote carried to recommend to the Aviation Authority Board approval of an Addendum to the Information Technology

Consulting Services Agreement with Faith Group Consulting, LLC for Information Systems Staff Augmentation Support for Sr. System Administrator, at the Orlando International Airport, for a total not-to-exceed fee amount of $216,106.00, with funding from Operations and Maintenance Funds, subject to adoption of the Fiscal Year (FY) 2017 Aviation Authority Budget by the Aviation Authority Board.

REQUEST FOR RECOMMENDATION TO THE AVIATION AUTHORITY BOARD FOR APPROVAL OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH FAITH GROUP CONSULTING, LLC FOR INFORMATION SYSTEMS STAFF AUGMENTATION SUPPORT FOR A TELECOMMUNICATIONS ENGINEER, AT THE ORLANDO INTERNATIONAL AIRPORT. 2. Mr. Barnekov presented the memorandum, dated August 23, 2016, along with theproposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a full­

time position to support the Information Technology (IT) Telecom group. It isanticipated that this position will be onsite 40 hours per week, 7 days per week, andwill be under the direction of an Aviation Authority IT Manager. As a member of theAviation Authority IT team, the Telecommunications Engineer will be responsible forcarrying out day-to-day operations under the direction of the Aviation Authority ITteam for the period beginning October 1, 2016 and ending September 30, 2017.

The Office of Small Business Development has reviewed the subject contract's proposed MWBE/LDB specifications and determined that, due to the limited and specialized scope of the required services, Faith Group Consulting, LLC does not propose to achieve any MWBE/LDB participation on this Amendment/Addendum and is eligible for award of subject contract.

Upon motion of Ms. Sharman, second by, Mr. Patterson, vote carried to recommend to

the Aviation Authority Board approval of an Addendum to the Information Technology Consulting Services Agreement with Faith Group Consulting, LLC for Information systems

Page 24: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Minutes of the Professional Services Committee August 23, 2016 Page 3 of 4

Staff Augmentation Support for Telecommunications Engineer, at the Orlando International Airport, for a total not-to-exceed fee amount of $180,475.00, with funding from Operations and Maintenance Funds, subject to adoption of the Fiscal Year (FY) 2017 Aviation Authority Budget by the Aviation Authority Board.

REQUEST FOR RECOMMENDATION TO THE AVIATION AUTHORITY BOARD FOR APPROVAL OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH FAITH GROUP CONSULTING, LLC FOR INFORMATION SYSTEMS STAFF AUGMENTATION SUPPORT FOR A SERVICE DESK REPRESENTATIVE, AT THE ORLANDO INTERNATIONAL AIRPORT 3. Mr. Barnekov presented the memorandum, dated August 23, 2016, along with theproposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a fulltime position to support the Information Technology (IT) Telecom group. It isanticipated that this position will be onsite 40 hours per week, 7 days per week, andwill be under the direction of an Aviation Authority IT Manager. As a member of theAviation Authority IT team, the Service Desk Representative will be responsible forcarrying out day-to-day operations under the direction of the Aviation Authority ITteam for the period beginning October 1, 2016 and ending September 30, 2017.

The Office of Small Business Development has reviewed the subject contract's proposed MWBE/LDB specifications and determined that, due to the limited and specialized scope of the required services, Faith Group Consulting, LLC does not propose to achieve any MWBE/LDB participation on this Amendment/Addendum and is eligible for award of subject contract.

Upon motion of Mr. Lewis, second by Mr. Patterson, vote carried to recommend to the Aviation Authority Board approval of an Addendum to the Information Technology Consulting Services Agreement with Faith Group Consulting, LLC for Information Systems Staff Augmentation Support for Service Desk Representative, at the Orlando International Airport, for a not-to-exceed fee amount of $123,421.00, with funding from Operations and Maintenance Funds, subject to adoption of the Fiscal Year (FY) 2017 Aviation Authority Budget by the Aviation Authority Board

REQUEST FOR RECOMMENDATION TO THE EXECUTIVE DIRECTOR FOR APPROVAL OF AN ADDENDUM TO THE INFORMATION TECHNOLOGY CONSULTING SERVICES AGREEMENT WITH AECOM TECHNICAL SERVICES, INC., FOR 2016 MICROSOFT EXCHANGE SERVER UPGRADE, AT THE ORLANDO INTERNATIONAL AIRPORT. 4. [A handout was provided, which included a revised cover letter from AECOM

Technical Services, Inc.] Mr. Barnekov presented the memorandum, dated August 23,2016, along with the proposal from AECOM Technical Services, Inc., dated August 10,2016, to provide a 2016 Microsoft Exchange Server Upgrade. This improvement willupgrade the existing Shared Server 2010 Exchange System to a Stand-Alone 2016Microsoft Exchange Server, which will increase user capabilities, update to the latestsoftware version, and increase functionality. AECOM Technical Services, Inc. willprovide Project Management direction, and its subconsultant, Presidio NetworkedSolutions, Inc., will complete the upgrade. It is anticipated the scope of work willtake five weeks for completion.

Tasks included are as follows:

• Task 1: Project Kickoff and Planning

• Task 2: Exchange Environment Preparation and Deployment

• Task 3: Exchange Migration and Decommissioning

• Task 4: Project Close-Out

The Office of Small Business Development has reviewed the subject contract's proposed MWBE/LDB specifications and determined that, due to the limited and specialized scope of the required services AECOM Technical Services, Inc. does not propose to achieve

Page 25: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Minutes of the Professional Services Conunittee

August 23, 2016

Page 4 of 4

any MWBE/LDB participation on this Amendment/Addendum and is eligible for award of subject contract.

Mr. Patterson asked if the server upgrade will be performed this fiscal year and if this includes the hardware, software, and licensing. Mr. Barnekov replied that the upgrade will be completed by September 30, 2016, and that the services include hardware, software and licensing.

Upon motion of Mr. Patterson, second by Mr. Lewis, vote carried to recommend to the Executive Director approval of an Addendum to the Information Technology Consulting Services Agreement with AECOM Technical Services, Inc., for 2016 Microsoft Exchange Server upgrade, at the Orlando International Airport, for a total not-to-exceed fee amount of $51,585.00, with funding from Operations and Maintenance Funds.

fu ther business for discussion, the meeting was adjourned at

Davin Ruo omaki, Vice Professional Services Committee

Senior Director of Planning, Engineering and Construction

Page 26: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 27: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 28: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 29: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 30: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Adopt 2017 Aviation Authority Board Calendar BACKGROUND The Uniform Special District Accountability Act of 1989, Chapter 189, Florida Statutes, requires the Aviation Authority to file quarterly, semiannually, or annually a schedule of its regular meetings with the local governing authority or authorities. As stated in the Aviation Authority’s Bylaws, at the discretion of the Chairman, the Board meets for a regular workshop session on the first Wednesday of each month at a location designated by the Chairman. Regular board meetings are held on the third Wednesday of each month in the Carl T. Langford Board Room in the Aviation Authority offices in the terminal at OIA. ISSUES For calendar year 2017, it is recommended that the Board adopt the following proposed calendar for regular board meetings: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 18 15 15 19 17 21 19 16 20 18 15 13 The meetings are scheduled to begin at 2 p.m. in the Carl T. Langford Board Room of the Greater Orlando Aviation Authority offices in the main terminal building at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida 32827. The meeting on December 13, 2017, is scheduled for the second Wednesday of the month versus the third Wednesday of the month. ALTERNATIVES The calendar could be adopted on a quarterly or bi-annual basis. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to adopt its calendar for January - December 2017.

CONSENT AGENDA ITEM – B -

Page 31: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Senior Director, Properties & Concessions DATE: October 19, 2016 ITEM DESCRIPTION: Recommendation to Approve an Amendment to the Airside 1 Specialty Retail Concession Package Agreement with Hudson Keys Orlando Joint Venture and the Airside 3 Specialty Retail Concession Package Agreement with Hudson Orlando AS-3 Joint Venture BACKGROUND The Airside 1 Specialty Retail Concession Package Agreement with Hudson Keys Orlando Joint Venture at Orlando International Airport, as amended, dated June 15, 2009, and the Airside 3 Specialty Retail Concession Package Agreement with Hudson Orlando AS-3 Joint Venture at Orlando International Airport, as amended, dated July 7, 2009, are each scheduled to expire on December 31, 2016. In anticipation of the expiration of the Agreements, in June 2016, the Aviation Authority Board authorized Staff to negotiate new proprietary brand Specialty Retail Concession Package Agreements for each location to provide unique brands or products that are available from a single supplier or where the Aviation Authority considers a specific brand or product crucial to the overall success of the concessions program. ISSUES On September 21, 2016, the Aviation Authority Board approved the Professional Services Committee’s recommendation to appropriate funding for the concessions planning services agreements with AirProjects, Inc. and ICF SH&E, Inc. (Consultants) to provide concessions planning services for new and existing facilities in the North and South Terminals. Staff is now working with the Consultants to determine the best brands and products that would be most beneficial to the overall success of the concessions program in the North Terminal. In order to afford the Consultants sufficient time to complete their initial analysis to provide staff with informed recommendations and to provide sufficient time to negotiate new agreements based on the Consultant’s findings, Staff has requested and the Concessionaire have each agreed, to extend the Term of their existing Agreements through September 30, 2017, subject to earlier termination by the Aviation Authority at its sole discretion.

CONSENT AGENDA ITEM - C -

Page 32: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES No other alternatives are being considered at this time. FISCAL IMPACT The fiscal terms of the Agreements will not be amended. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) approve the proposed Amendment to the Airside 1 Specialty Retail Concession Package Agreement with Hudson Keys Orlando Joint Venture and the Airside 3 Specialty Retail Concession Package Agreement with Hudson Orlando AS-3 Joint Venture, subject to earlier termination by the Aviation Authority, and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.

Page 33: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM To: Members of the Aviation Authority From: Raymond D. Anderson, Esq., Senior Director, Properties & Concessions Date: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve Amendment No. 3 to the Orlando Tradeport Maintenance Hangar Lease Agreement between the Greater Orlando Aviation Authority and Southwest Airlines Co. at Orlando International Airport BACKGROUND The initial Term of the Agreement, as amended, is for twenty (20) years with two (2) five (5) year additional Terms. Southwest Airlines Co. (Lessee) exercised its final additional Term on December 1, 2015, resulting in the current expiration date of the Agreement of January 31, 2021. Lessee has subsequently requested that the Agreement be further amended to provide for expansion of the Premises to provide for Lessee’s proposed development of roughly 31,000 square feet of warehouse facility space (Improvements) in support of the Lessee’s adjoining aircraft maintenance facility and to commit the Aviation Authority to enter into negotiations with the Lessee for a new long-term agreement for the Premises. ISSUES The Lessee has shared with staff that they are in final design of their proposed Improvements to their Maintenance Hangar, which cost is estimated at $5.0 million. To that end, the Lessee has requested an amendment to the Agreement to expand the Premises from 8.23 acres to 14.21 acres, or roughly 5.98 acres of additional adjoining land (Additional Land). Under the terms of this proposed amendment (Amendment No. 3), Lessee will pay Ground Rent for the Additional Land at the current assessed fair market rental value and as is customary, Lessee will not pay rent for the value of the Improvements constructed by Lessee on the Additional Land of the Premises during the remaining term of the Agreement, through January 31, 2021 (Amortization Period). Lessee has requested that the Aviation Authority include in the proposed Amendment No. 3 the acknowledgement that the Aviation Authority and the Lessee are currently negotiating a new lease agreement for the Premises.

CONSENT AGENDA ITEM – D -

Page 34: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES No alternatives are being considered at this time. FISCAL IMPACT Revenues attributable to the lease of Additional Land by the Lessee is estimated to increase the annual Ground Rent under the Agreement by $156,420. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) approve Amendment No. 3 to the Orlando Tradeport Maintenance Hangar Lease Agreement with Southwest Airlines Co. on the terms and conditions described in the memorandum, and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.

Page 35: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority Board FROM: Raymond D. Anderson, Esq., Senior Director, Properties & Concessions DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve Amendment No. 2 to the Airsides 1 and 4 Passenger Lounge Concession Agreement with ALD Development, Corp. (the “Company or ALD”) BACKGROUND On September 10, 2014, the Aviation Authority Board authorized staff to negotiate the Airsides 1 and 4 Passenger Lounge Concession Agreement with ALD, which became effective April 20, 2015 and is scheduled to expire on October 31, 2022. Amendment No. 1 to the Concession Agreement was entered into in November 2015 (the Concession Agreement and Amendment No. 1 are referred to collectively as the “Agreement”). ISSUES In accordance with the Agreement, ALD expended in excess of $300.00 per square foot in the build-out of original Improvements for the portion of the Premises located on Airside 4 on November 10, 2015. Under the terms of the Agreement, Company has the right to build out and utilize space on Airside 1 for another passenger lounge. With regard to the Improvements to be constructed on Airside 1, ALD has requested to reduce their investment in Improvements to be not less than $200 per square foot instead of $300 per square feet as currently required under the concession agreement. In addition, ALD has requested to amend the Agreement to provide ALD the right of early termination as to Airside 1 on the occurrence of certain conditions from and after May 1, 2020. All Improvements to be constructed at the Premises on Airside 1 shall continue to be required to be that of a first class concession acceptable to the Aviation Authority, materially similar to the Improvements completed by ALD at the Premises on Airside 4. To that end, the Aviation Authority’s Design Review Committee reviewed ALD’s proposed design renderings, materials, fixtures and furnishings of the Improvements now proposed to be constructed at the Premises on Airside 1 at its meeting on August 25, 2016, and deemed the proposed improvements to be acceptable. ALTERNATIVES The Aviation Authority Board may elect to not approve the proposed amendment.

CONSENT AGENDA ITEM – E -

Page 36: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT None. RECOMMENDATIONS It is respectfully requested that the Aviation Authority Board resolve to: (1) approve Amendment No. 2 to the Airsides 1 and 4 Passenger Lounge Concession Agreement with ALD Development Corp. on the terms and conditions described in the memorandum, and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.

Page 37: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve Amendment No. 4 to Employment Agreement with Phillip N. Brown following his Annual Performance Review BACKGROUND Mr. Phillip N. Brown became the Aviation Authority’s Executive Director in September 2010. As is customary, the Chairman reviews Mr. Brown’s performance on an annual basis on behalf of the Board. I requested and received input regarding Mr. Brown’s performance during the preceding year from board members. ISSUES Mr. Brown’s performance was consistently ranked high as either meeting or exceeding expectations by those of you who provided responses. Some of your comments included “Phil has strong multi-tasking skills that drive his successful leadership in his role,” “strong administrator, good communication with board members,” and “Phil is a steady, guiding force who directs his board and staff with a solid and calming leadership style that results in all individuals feeling comfortable with his decisions and recommendations.” I agree that Mr. Brown is performing an outstanding job in leading the Aviation Authority staff through a period of nearly unprecedented growth. He is simultaneously managing projects in the North Terminal Facility in order to accommodate over 41 million annual passengers with a high level of customer service, managing construction of the Intermodal Transit Facility, APM station and South Parking Garage, managing the design, construction and financing of the South Terminal Complex, Phase 1, negotiating with the participating airlines to implement new rates and charges, as well as handling day-to-day activities. Mr. Brown’s current contract term is due to expire September 2018. Our projected schedule calls for the South Terminal Complex to be completed in 2019 or early 2020. I consider it very important for Mr. Brown to continue at the helm for the success of Orlando International Airport between now and the opening of the South Terminal Complex. I have discussed with Mr. Brown extending his term as Executive Director through September 30, 2019. In order to encourage Mr. Brown to stay for the additional length of time, I am recommending an amendment to his agreement that would modify his participation in the Defined Benefit Retirement Plan. By adding the following paragraph into Mr. Brown’s employment agreement:

4.b.iv. In the event Employee retires during fiscal year 2016, he shall be entitled to the Normal Retirement Benefit of Fifty-Five percent (55%) of the Final Average Earnings. In the event Employee retires during fiscal year 2017, fiscal year 2018, or the first eleven months of fiscal year 2019, he shall be entitled to the Normal Retirement Benefit of Sixty-Five percent (65%) of Final Average Earnings. In the event Employee retires during the last 30 days of fiscal year 2019 or thereafter, he shall be entitled to the Normal Retirement Benefit of Seventy-Five percent (75%) of Final Average Earnings. All capitalized terms in this paragraph shall have the meaning established in the Authority’s Defined Benefit Retirement Plan.

CONSENT AGENDA ITEM – F -

Page 38: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT There will be no increase to Mr. Brown’s salary in connection with Amendment No. 4. Mr. Brown’s salary will be reviewed concurrently with the review of other Aviation Authority staff in the Spring. As required by Florida Statutes, an Actuarial Impact Statement has been performed for the Defined Benefit Retirement Plan. As of September 30, 2017, the Aviation Authority’s total Defined Benefit Retirement Plan contribution will be $4,445,771 for the participating employees and will be funded from the Operation and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) approve Amendment No. 4 to Mr. Brown’s employment agreement, extending the term and adjusting his participation in the Aviation Authority’s Defined Benefit Retirement Plan; (2) authorize funding from the Operation and Maintenance Fund; (3) authorize the Chairman to execute Amendment No. 4 to Mr. Brown’s employment agreement; and (4) authorize the appropriate staff to execute the Actuarial Impact Statement for submission to the State, all following satisfactory review by legal counsel.

Page 39: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Kathy Bond, Director of Human Resources DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Amend the Cafeteria Plan Document (“the Plan”) Adopted January 1, 1994 Which Permits Certain Employee Health Insurance Premium Payments and Contributions to be Made on a Pre-Tax Salary Reduction Basis BACKGROUND The Plan was adopted by the Greater Orlando Aviation Authority and originally effective January 1, 1994. The Plan’s purpose is to permit certain insurance employee premium payments and contributions to be made on a pre-tax salary reduction basis in accordance with Section 125 of the Internal Revenue Service (IRS) Code. The Plan was last amended and restated December 31, 2013. ISSUES The original Plan document needs to be updated to allow employees to opt-out of medical coverage sponsored by the Greater Orlando Aviation Authority and receive a cash “opt-out” payment. In 2015, the IRS issued Notice 2015-87 (2015-15 I.R.B. 889), to provide guidance on whether an employer’s opt-out payment to employees who decline medical coverage affects the affordability of the employer’s offered coverage under the Patient Protection and Affordable Care Act, 42 U.S.C. § 18001 (2010)(ACA). As a general rule, Notice 2015-87 explained that a medical plan opt-out payment could be treated as increasing the employee’s required contribution to the cost of employer provided medical coverage. This treatment applies to an “unconditional” arrangement (where the employee was not required to provide proof of other medical coverage) or a “conditional” arrangement (where the employee had to provide proof of medical coverage to receive the payment). On July 8, 2016, the IRS issued proposed regulations at 81 FR 44557 (July 8, 2016) providing that the value of medical plan opt-out payments can be disregarded in determining the employee’s cost of coverage, if the medical plan opt-out arrangement is an “eligible opt-out arrangement.” An “eligible opt-out arrangement” is an arrangement that conditions the medical opt-out payment on (1) the employee declining employer-sponsored medical coverage and (2) the employee providing reasonable evidence that the employee and all other individuals for whom the employee expects to claim a personal exemption deduction have minimum essential coverage (other than coverage in the individual market, whether or not obtained through an ACA marketplace exchange). Further, employers are not allowed to provide incentives to TRICARE-eligible individuals to not enroll in an employer-provided plan. Under Department of Defense regulation (DOD Reg.)Section 199.8(d)(6)(ii)(B), 75 Fed. Reg. 18051 (Apr. 9, 2010),

CONSENT AGENDA ITEM – G -

Page 40: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

however, employers are not prohibited from offering a choice between medical coverage and a cash payment option under a Code Section 125 cafeteria plan if the choice is offered to all similarly situated employees without regard to TRICARE eligibility. In order to meet the Department of Defense exception, the Plan must be amended to add the choice between medical coverage and a cash payment option. The draft amendment amends the Plan to satisfy the conditions under IRS Notice 2015-87, 81 FR 44557, and DOD Reg. Section 199.8(d)(6)(ii)(B). ALTERNATIVES Do not amend the Plan to comply with IRS Notice 2015-87, 81 FR 44557, and DOD Reg. Section 199.8(d)(6)(ii)(B) and cease providing medical plan opt-out payments. In contrast, providing medical opt-out payments and not satisfying the requirements of IRS Notice 2015-87, 81 FR 44557, and DOD Reg. Section 199.8(d)(6)(ii)(B), could result in penalties, including significant ACA penalties under Code Section 4980H(b). FISCAL IMPACT No fiscal impact to the Authority. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) authorize the Plan amendment to comply with IRS Notice 2015-87, 81 FR 44557, and DOD Reg. Section 199.8(d)(6)(ii)(B),(2) authorize the Plan amendment allowing eligible employees to decline Greater Orlando Aviation Authority provided medical coverage and receive an opt-out incentive, and (3) authorize the Executive Director to execute the necessary documents following review by legal counsel.

Page 41: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Senior Director of Administration and Technology DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Dispose of Surplus Property BACKGROUND The Greater Orlando Aviation Authority is permitted to dispose of property that is no longer necessary, useful or profitable. ISSUES The Airport Facilities Bond Resolution and Aviation Authority Policies and Procedures Sections 450.05 and 450.11, permit the Aviation Authority to dispose, for fair and reasonable value at any time, any property constituting part of the Airport System which the Aviation Authority and City of Orlando determine, by Resolution, not necessary, useful or profitable. The Aviation Authority Staff recommends disposal of property items as summarized below, in accordance with Aviation Authority policies.

• Computers, monitors and related equipment • Electronic equipment • Assorted chairs, desks, cabinets, bookcases and tables • Miscellaneous equipment

ALTERNATIVES The Aviation Authority could hold the property for future disposal. FISCAL IMPACT There is no fiscal impact. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) find the property listed in this memorandum no longer necessary, useful, or profitable in the operation of the Airport System; (2) request Orlando City Council concurrence and resolution of this finding; and (3) authorize staff to dispose of this property in accordance with the Aviation Authority’s Policies and Procedures.

CONSENT AGENDA ITEM – H -

Page 42: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ASSET # GOAA GENERAL

51002 UPS, APC Model #2200RMXLNET S/N ES9635177464

Telecommunications Surplus51147 Cabinet, 72" X 29" X 32", W/19" Mounting Rails54037 Videophone, Public Access S/N SPP10FV 0910 ORL 005

Access Points (Assorted)Antennas & Brackets (Assorted)Antennas (12)Antennas, 120-Degree Section (20)Batter Rack, GreenBattery Packs (3)BookshelfCabinet Doors (8)Cabling, 10 Circa OutdoorCeiling SpeakerChairs (18)Door Louvers, DAMAC (4)LIU - 18 Port (OCC)Non-Lockable LIU (20)Page Control/IntercomPaging Horns, Valcom (11)Patch Cords (Assorted)Phones, Crash, Red (17)Power Supplies (2)Power Supply, Kentrox (11)Power Supply, ValcomRack Mount Brackets, APC-UPS (2)Rack, Wall MountRecording Systems (2)Relay Ringer, Suhumway (3)Swing Gates (Assorted)Switch, 24-Port, Ethernet (2)UPS, OneacVoice Announcer, InteraliaWall Mounts (18)Wire Managers (13)Wire Power Supplier

ASSETS NEEDING BOARD APPROVALFor October 2016 Meeting

Page 43: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Sr. Director of Administration and Technology DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve Organizational Policy, Section 130.04, Debarment of Contractors BACKGROUND Due to the significant growth in passenger traffic and the robust expansion in facilities, Staff has determined it would be in the Aviation Authority’s best interest as a means of risk mitigation to establish a debarment list for contractors. ISSUES The proposed Policy applies to all contractors who provide services or goods to, for, or on behalf of the Aviation Authority and includes subcontractors and subconsultants of any tier, except as expressly precluded by Federal or State regulation or statute. The Policy institutes the authority and process for establishing a Debarment List to identify the persons and entities that for a specified period, are prohibited from contracting with the Aviation Authority, working for the Aviation Authority in any capacity or working on Aviation Authority property. Contractors included on the federal Excluded Parties List or the State of Florida Convicted Vendors List, Suspended Vendors List or Discriminatory Vendors List are automatically included on the Debarment List. The Policy also provides for other causes for potential debarment. Procedures for notification, determination, scope, remedies, and duration of debarment are set forth in the Policy. Debarment determination resides with respective Aviation Authority procurement Committees and may be appealed to the Executive Director. ALTERNATIVES There are no alternatives under consideration at this time. FISCAL IMPACT There is no fiscal impact. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve Organizational Policy, Section 130.04, Debarment of Contractors.

CONSENT AGENDA ITEM – I -

Page 44: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 1 of 6

OBJECTIVE This policy establishes the process and parameters for establishing a

Debarment List. This policy applies to all Contractors. Definitions Contractor - For the purpose of this policy, Contractor is any person or

entity that provides services or goods to the Aviation Authority, for the Aviation Authority, on behalf of the Aviation Authority, or on Aviation Authority property, regardless of whether there is a contractual relationship with the Aviation Authority, and includes subcontractors and subconsultants of any tier, except as expressly precluded by Federal or State regulation or statute.

Debarment List – The list that is maintained by the Executive Director or designee and is referenced on the Aviation Authority's website, or otherwise provided to potential Contractors, that identifies the persons and entities that are prohibited from contracting with the Aviation Authority, working for the Aviation Authority in any capacity, or working on Aviation Authority property. The Aviation Authority will not consider any letter of intent, letter of interest, statement of qualifications, quote, proposal, or bid from any debarred Contractor. The Aviation Authority will disqualify any bid or proposal that includes a debarred Contractor and will not approve any list of subcontractors, subconsultants or staffing plan that includes a debarred Contractor.

Contract Performance Reviews

After the completion or termination of every contract with the Aviation Authority or work performed on behalf of the Aviation Authority, Aviation Authority staff may recommend a performance rating on each Contractor to the appropriate Committee, as applicable under this policy. Contractors shall be provided written notice by e-mail and certified mail, return receipt requested. If a Contractor objects to its rating, it may submit a written response in writing (not e-mail) within 14 calendar days of receipt of the e-mail notice of the performance rating to the appropriate Committee. The Committee may, but is not obligated to, revise the rating after review of the materials provided. If a Contractor receives two or more poor ratings, the appropriate Committee may propose and determine debarment in accordance with this policy. In exceptional circumstances, a single poor rating, on cause shown, may support debarment.

Automatic Debarment

Any Contractor that is included on the Excluded Parties List (as defined and maintained by the federal government), the State of Florida Convicted Vendors List, Suspended Vendors List, or Discriminatory Vendors List shall automatically be deemed included on the Debarment List.

Other Causes for Potential Debarment

Other causes for potential debarment include:

Page 45: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 2 of 6

1. Violation of antitrust laws, commission of fraud in connection with obtaining, attempting to obtain, or performing a public contract or subcontract of any tier;

2. Adjudication or conviction of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating tax laws, or receiving stolen property;

3. Adjudication or conviction of any other offense indicating a lack of business integrity or business honesty that seriously and directly affects the responsibility of a Contractor;

4. Any act or omission that, in the reasonable judgment of the Aviation Authority, renders the Contractor incompetent, not responsible or not qualified, or that causes the Aviation Authority to have a reasonable concern for the security or safety of any individual or property (regardless of whether or not there has been a declaration of breach of contract or violation of policy), including, but not limited to:

a. Willful or repeated failure to perform in accordance with the

terms of a contract or when proposed by the appropriate Committee as a result of poor performance reviews;

b. Violation of a contractual nondiscrimination clause; c. Violation of any security procedure, policy or any security-

related instruction by the Aviation Authority; d. Violation of any safety law, regulation, ordinance, code,

procedure, policy, safety-related instruction by the Aviation Authority, or any applicable safety plan (including a Contractors' safety plan or project-specific safety plan), which could cause serious injury or significant property damage;

e. Being debarred or suspended by any other public agency.

5. Violations of Aviation Authority policies, including all small

business development policies;

6. A Contractor is currently in bankruptcy;

7. The Aviation Authority has terminated a contract with the Contractor, for cause.

Page 46: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 3 of 6

Immediate Suspension for Safety or Security Violations

When the Chief Operating Officer has determined that one serious safety or security violation (or successive minor violation) has occurred, the Aviation Authority may confiscate the airport issued access control identification media (badge(s)) of the individual perpetrator(s) and the relevant supervisory personnel, if applicable. In addition, if circumstances warrant, the Chief Operating Officer may request the appropriate Committee make a debarment determination as prescribed in this policy. No injury or property damage is required to determine a violation is serious.

Debarment Authority

For automatic debarment and immediate suspension for safety or security violations, matters involving Contractors to include on the Debarment List will be determined by the appropriate Committee as follows:

• Concessions/Procurement Committee as authorized under Policy 120.01 including good and services purchased under Operational Procedure 450.04, General Procedures and Approval Authorizations;

• Construction Committee as authorized under Policy 120.02; • Retirement Benefits Committee as authorized under Policy

120.08; • Professional Services Committee as authorized under Policy

120.10 and for professional services as authorized under Policy 110.01, Executive Director.

• The Executive Director may appoint an ad-hoc committee for matters involving any Contractor.

Debarment Procedure (Notice)

The procedure for automatic debarment, immediate suspension for safety and security violation(s) and all other proposed debarments, the Chief Operating Officer will send a notice of proposed debarment to the Contractor and any specifically named affiliates, by e-mail and certified mail, return receipt requested (or other appropriate means allowed by the contract). The notice shall include the following information:

1. Debarment is being considered by the appropriate Committee on the date and time and at the place set forth in the notice;

2. The reasons or facts that support debarment in terms sufficient to

put the Contractor on notice of the conduct or transaction(s) upon which it is based;

Page 47: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 4 of 6

3. The cause(s) for proposing debarment (from the list of causes within this policy);

4. The Contractor may submit information and argument in writing

(not e-mail) in opposition to the proposed debarment, within 14 calendar days after receipt of the e-mail notice (or as otherwise extended by the Chief Operating Officer), and that the failure to do so waives the Contractor's right to appeal; and

5. The appropriate Committee will review the information and

determine whether there is cause for debarment and, if so, will determine the scope, duration, effective date, and whether a debarred Contractor may continue to perform a current contract. The standard of proof for any debarment determination shall be “clear and convincing” evidence, such that the appropriate Committee finds evidence demonstrating a high probability of a basis for debarment.

6. If a Contractor wishes to appeal the results of determinations made by the Committee, an appeal in writing (not e-mail) must be received by the Executive Director in his office at One Jeff Fuqua Boulevard, Main Terminal Building (or location as may be changed from time to time) within five (5) business days of the determination of the Committee, no later than 4:00 p.m. on the fifth business day. Failure to file a timely written appeal shall constitute a waiver of the right to appeal.

Period of Debarment

Debarment shall be for a period commensurate with the seriousness of the cause(s). Generally, debarment should not exceed two (2) years. The appropriate Committee or the Executive Director may extend the debarment for an additional period, if it is determined that an extension is substantially justified to protect the Aviation Authority's interest. If debarment for an additional period is determined to be substantially justified, the Debarment Procedures shall be followed to extend the debarment. At any time during the period of debarment, the appropriate Committee or the Executive Director may, but has no obligation to, reduce the period of debarment, upon a Contractor’s request that is supported by documentation, for reasons such as –

1. Newly discovered material evidence;

2. Reversal of the conviction or civil judgment upon which the debarment was based;

Page 48: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 5 of 6

3. Bona fide change in ownership or management;

4. Elimination of other causes for which the debarment was imposed.

Scope of Debarment (Affiliates)

Each debarment notice shall specify the scope of debarment, such as whether the debarment is for specific services or goods or for all contracts, and whether the debarment applies to a Contractor or individual(s), supervisor(s), manager(s), others or any combination thereof. In general, the following will be considered by the appropriate Committee (or Executive Director, when applicable):

1. The debarment may follow the individual, regardless of the entity that employs the individual.

2. Individual conduct may be imputed to a Contractor when the

conduct occurred in connection with the individual’s performance of duties for or on behalf of the Contractor, or with the Contractor’s or affiliate's knowledge, approval, or acquiescence.

3. Conduct may also be imputed to any Contractor, who participated

in, knew of, had reason to know of, or should have known about the conduct.

4. The conduct of one Contractor participating in a joint venture,

subcontract, or similar arrangement may be imputed to other Contractors if the conduct occurred for or on behalf of the joint venture, subcontract, or similar arrangement, or with the knowledge, approval, or acquiescence of the other Contractor(s).

5. The acceptance of the benefits derived from the conduct shall be

evidence of such knowledge, approval, or acquiescence.

Notice of Decision If the appropriate Committee decides to impose debarment, the appropriate Committee Chair shall send notice to the Contractor and any named affiliates involved by e-mail and certified mail, return receipt requested (or other appropriate means allowed by the contract) that:

1. Refers to the notice of proposed debarment;

2. Specifies the reasons and cause for debarment;

3. States the period of debarment, including effective dates;

4. Identifies any individuals and affiliates that are included

within the scope of the debarment; and

Page 49: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 130.04 Debarment of Contractors Administration

GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 6 of 6

5. States whether completion of any current contract or

subcontract will be permitted.

Remedies Nothing herein shall limit the Aviation Authority from pursuing other legal or contractual rights or remedies against a debarred Contractor or making a determination of non-responsibility, at any time, including but not limited to during the time any debarment is pending.

Appeals The appeal process for the appropriate Committee remains applicable,

except that in addition to granting or denying an appeal, the Executive Director may also reduce the time or scope of debarment or otherwise modify the Committee action as he or she deems appropriate. The Executive Director in his or her sole discretion, may also extend the time or scope of debarment in substantially extreme circumstances to protect the Aviation Authority’s interest.

See Also Policy 110.01 Executive Director

Policy 120.01 Concessions/Procurement Committee Policy 120.02 Construction Committee Policy 120.08 Retirement Benefits Committee Policy 120.10 Professional Services Committee Policy 730.01 Access and Operations in the SIDA/AOA Policy 730.02 Access and Operations on the Movement/Safety Areas

APPROVAL AND UPDATE HISTORY

Authority Board: Executive Director:

Page 50: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Sr. Director of Administration and Technology DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve Revisions to Four Aviation Authority Committees to Conform to Proposed Organizational Policy, Section 130.04, Debarment of Contractors BACKGROUND The proposed Policy applies to all contractors who provide services or goods to, for, or on behalf of the Aviation Authority and includes subcontractors and subconsultants of any tier, except as expressly precluded by Federal or State regulation or statute. The Policy institutes the authority and process for establishing a Debarment List to identify the persons and entities that for a specified period, are prohibited from contracting with the Aviation Authority, working for the Aviation Authority in any capacity or working on Aviation Authority property. ISSUES The proposed Policy establishes that in addition to ad-hoc committees appointed by the Executive Director, initial determination of proposed debarments (which can be appealed to the Executive Director) resides with respective Aviation Authority Committees for procurements as follows:

• Concessions/Procurement Committee as authorized under Policy 120.01 including good and services purchased under Operational Procedure 450.04, General Procedures and Approval Authorizations;

• Construction Committee as authorized under Policy 120.02; • Retirement Benefits Committee as authorized under Policy 120.08; • Professional Services Committee as authorized under Policy 120.10

and for professional services as authorized under Policy 110.01, Executive Director.

Accordingly, the policy for each respective Committee is being amended to add determination of potential debarment to the respective Committee’s function as follows: “Determine matters involving Contractors to include on the Debarment List in accordance with Policy 130.04, Debarment of Contractors”. ALTERNATIVES There are no alternatives under consideration at this time.

CONSENT AGENDA ITEM – J -

Page 51: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT There is no fiscal impact. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve the policy revision to the function of the following Committees: Policy 120.01, Concessions/Procurement Committee; Policy 120.02, Construction Committee, Policy 120.08 Retirement Benefits Committee; and Policy 120.10 Professional Services Committee.

Page 52: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.01 Concessions/Procurement Committee Administration

GREATER ORLANDO AVIATION AUTHORITY May 20, 2015 POLICY AND PROCEDURE MANUAL Page 1 of 3

OBJECTIVE The objective of the Concessions/Procurement Committee is to

evaluate concession awards and to recommend bids and proposals for procurement awards that exceed the dollar value approval authority established periodically by Policy 450.04, General Procedures and Approval Authorizations, Section (i), “Approval Authority.” The Committee provides its evaluations and recommendations to the Executive Director or Authority Board.

METHOD OF OPERATION Composition The Concessions/Procurement Committee is composed of the

following voting members:

• Senior Director of Administration and Technology, Chair

• Chief Financial Officer, Vice Chair

• Director of Planning

• Director of Operations

• Director of Customer Service

Serving in advisory capacity: Legal Counsel

The Committee may request to be advised by other Aviation Authority staff members, Authority legal advisors, and other consultants.

The Executive Director is authorized to make changes to committee memberships on an interim basis with ratification required by the Aviation Authority Board at its next regularly scheduled meeting.

Quorum A quorum consists of a majority of the voting members. Function

The primary functions of the Concessions/Procurement Committee are as follows:

1. Evaluate and recommend for award bids and proposals for concessions;

2. Evaluate and recommend for award procurement of Goods

and Services exceeding the amount that may be approved by

Page 53: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.01 Organizational Policy: Administration Concessions/Procurement Committee

May 20, 2015 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 3 POLICY AND PROCEDURE MANUAL

Approval

the Assistant Director, Purchasing and Material Control or the Purchasing Manager as established periodically by Policy 450.04, General Procedures and Approval Authorizations, Section (i), “Approval Authority” (except as described below);

3. Evaluate and recommend award of work to a non-

construction Continuing Contractor as defined in Policy 450.01, Purchasing Introductions and Definitions

4. Evaluate any other procurement bid(s) or proposal(s) which

the Executive Director or his designee deems appropriate for the Committee’s review;

5. Review policies and procedures for procurement of goods

and services.

6.The Concessions/Procurement Committee shall also be responsible for carrying out the directives of the Capital Management Committee as they relate to procurement of Goods and Services for projects in the Capital Improvement Program (CIP), except that the Capital Management Committee shall not direct the evaluation of or ranking of any proposals, qualifications or shortlisting. The Concession Procurement Committee shall conduct the evaluation and ranking of proposals, qualifications, or shortlisting.

7.Determine matters involving Contractors to include on the

Debarment List in accordance with Policy 130.04, Debarment of Contractors.

The Concessions/Procurement Committee does not receive and/or evaluate Bids or Proposals primarily relating to: (a) Services that fall under the Consultants’ Competitive Negotiation Act (Florida Statutes 287.055); (b) Professional Services, as defined in Policy 450.01, Purchasing Introduction and Definitions; (c) continuing contracts (as opposed to a specific engagement) for Authority legal counsel and auditors, or (d) the procurement of Goods and Services assigned by the Executive Director or his designee to another Committee. Recommendations shall be made to the Executive Director (for procurements not exceeding $250,000) and to the Aviation Authority Board for all concessions and other procurements. The Executive Director and Aviation Authority Board may accept or

Page 54: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.01 Organizational Policy: Administration Concessions/Procurement Committee

GREATER ORLANDO AVIATION AUTHORITY May 20, 2015 POLICY AND PROCEDURE MANUAL Page 3 of 3

reject the Committee's recommendation for any or all awards. Notice Meeting Appeals

In compliance with the Florida Statutes governing public meetings, proper notice of Committee meetings will be given and minutes will be published. Meetings are scheduled as necessary by the Committee’s Chair at a time and place designated by the Chair. Actions taken by the Concessions/Procurement Committee may be appealed by submitting a written appeal request to the Executive Director. The deadline for submitting such an appeal shall be established by the Chair and announced during each Committee meeting, or if no such announcement is made, the deadline for the appeal shall be within five business days after the action is taken that is the subject of the appeal. Failure to appeal within this timeframe shall constitute a waiver of the right to appeal.

See Also Policy 120.13, Capital Management Committee

Policy 130.04, Debarment of Contractors Policy 450.01, Purchasing Introductions and Definitions Policy 450.04, General Procedures and Approval Authorizations

APPROVAL AND UPDATE HISTORY Format and Re-numbering Approval

Authority Board: August 28, 1991 (4R)

Last Approval Executive Director: October 13, 2014

Authority Board: May 20, 2015 Supersedes All Previous

Page 55: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.02 Construction Committee Administration

GREATER ORLANDO AVIATION AUTHORITY February 17, 2016 POLICY AND PROCEDURE MANUAL Page 1 of 4

OBJECTIVE To evaluate, approve, and recommend approvals to the Aviation

Authority Board in accordance with the limits set forth herein, bids, proposals, requests for reimbursement, contract awards and contract modifications for construction projects and related projects and services with Construction or Engineering project funding sources, including planning, design, and construction related maintenance, and to provide guidance, coordination, development of plans and procedures relating to design and construction activities.

METHOD OF OPERATION

Composition The Construction Committee is composed of the following voting

members:

• Chief Operating Officer, Chair • Chief Financial Officer, Vice Chair • Assistant Director of Purchasing and Material Control • Director of Construction • Director of Maintenance

Serving in advisory capacity:

• Legal Counsel • Aviation Authority Chairman’s Designee

The Executive Director is authorized to make changes to committee memberships on an interim basis with ratification required by the Aviation Authority Board at its next regularly scheduled meeting.

Quorum A quorum consists of a majority of the voting members of the Construction Committee

Function The primary functions of the Construction Committee are to

evaluate and approve, within the limit set forth herein, or to recommend approval by the Aviation Authority Board, the following:

Page 56: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.02 Organizational Policy: Administration Construction Committee

February 17, 2016 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 4 POLICY AND PROCEDURE MANUAL

1. Bids, proposals, requests for reimbursements and contract awards and modifications (such as addenda) for or related to Aviation Authority planning, design, construction, construction maintenance projects, for services that are predominantly related to construction projects, and all addenda and amendments for General Consultant Services;

2. Change orders;

3. Proposed construction-related backcharges to Aviation

Authority consultants and contractors;

4. Settlement agreements on claims (except third-party liability claims or property damage claims);

5. Such other bids, proposals and contract awards and

addenda which the Executive Director deems appropriate for Construction Committee review;

6. Recommend for approval amendments to contracts

procured in accordance with the 450 Policy Series to increase the original not-to-exceed contract value in the amount of approved funding for a construction-related project, for services which are within the scope of the approved, original contract;

7. Provide guidance, coordination and development of

plans and policies relating to design and construction activities for the Aviation Authority.

8. The Construction Committee shall also be responsible

for carrying out the directives of the Capital Management Committee as they relate to procurement, contracting, and delivery methods for projects on the Capital Improvement Program (CIP); except that the Capital Management Committee shall not direct the evaluation of or ranking of any proposals, bids, or awards. The Construction Committee shall conduct evaluations of proposals, bids, and awards.

9. On construction management at risk projects, in

accordance with Policy 130.03, Construction Management Contracts, recommend proposed GMPs and GMP Amendments to the Aviation Authority Board, approve all CME subcontract awards, CME

Page 57: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.02 Construction Committee Administration

GREATER ORLANDO AVIATION AUTHORITY February 17, 2016 POLICY AND PROCEDURE MANUAL Page 3 of 4

subcontract change orders, CME self-performed trade packages, Construction Change Directives and other actions relating to GMP budget(s), buyout and contingency management.

10. The Construction Committee shall also be responsible

for carrying out the directives of the Finance Committee as they relate to dispute resolution for projects on the CIP.

11. Determine matters involving Contractors to include on

the Debarment List in accordance with Policy 130.04, Debarment of Contractors.

Limits of Approval of Contracts and Change Orders

The Construction Committee has authority to approve Contracts in an amount up to and including $250,000 and has authority to approve any contract modification (i.e. addendum, amendment, or change order) in an amount up to and including $250,000, provided funding is available, and provided the funding source does not involve funding which requires Aviation Authority Board or City concurrence. Aviation Authority Board approval is required for any Contract that exceeds $250,000, any contract modification (i.e. addendum, amendment, or change order) that exceeds $250,000, and any contract action that requires City approval. Modifications or change orders to construction contracts that originally required Aviation Authority Board approval, which cumulatively increase the original construction contract performance period (or, if applicable, the revised contract performance period as previously approved by the Aviation Authority Board) by more than 10%, also require Aviation Authority Board approval. On construction management at risk projects, Construction Committee can approve CME subcontract awards, change orders, and other actions relating to GMP budget(s), buyout, and contingency management in accordance with Policy 130.03, Construction Management Entity Contracts, provided that there is no corresponding change to the GMP price or substantial date(s) that have been previously approved by the Aviation Authority Board.

Notice

In compliance with the Florida Statutes governing public meetings, proper notice of Construction Committee meetings will be given and minutes will be published.

Page 58: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.02 Organizational Policy: Administration Construction Committee

February 17, 2016 GREATER ORLANDO AVIATION AUTHORITY Page 4 of 4 POLICY AND PROCEDURE MANUAL

Meetings Meetings are scheduled as necessary by the Committee Chair at a time and place designated by the Committee Chair.

Appeals Contract award made or recommended by the Construction

Committee may be appealed by submitting a written appeal request to the Executive Director within five (5) business days of the action taken that is the subject of the appeal. Failure to appeal within this time frame shall constitute a waiver of the right to appeal.

See Also For detailed descriptions of the functions of the Construction

Committee, see:

• Policy 120.13, Capital Management Committee • Policy 130.01, Construction Contracts and Changes • Policy 130.02, Selecting Professional Construction

Services

• Policy 130.03, Construction Management Entity Contracts

Policy 130.04, Debarment of Contractors

APPROVAL AND UPDATE HISTORY

Format and Re-numbering Approval

Authority Board: August 28, 1991 (4R)

Last Approval Authority Board: August 15, 2012 Executive Director: February 17, 2016

Supersedes All previous

Page 59: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.08 Retirement Benefits Committee Administration

GREATER ORLANDO AVIATION AUTHORITY June 19, 2015 POLICY AND PROCEDURE MANUAL Page 1 of 2

OBJECTIVE To formalize the efforts of administering the Retirement Benefits.

METHOD OF OPERATION

Composition The Retirement Benefits Committee is composed of the following

voting members:

• Director of Human Resources, Chair • Senior Director of Administration and Technology, Vice Chair

• Chief Operating Officer • Chief Financial Officer

• Director of Internal Audit • Assistant Director of Airport Affairs • Director of Small Business Development (Executive Director appointee) Serving in an advisory capacity: • Human Resources Manager The Executive Director is authorized to make changes to committee memberships on an interim basis with ratification required by the Aviation Authority Board at its next regularly scheduled meeting. The Committee may request to be advised by other members of the Aviation Authority staff, the Aviation Authority's legal advisors, and other consultants of the Aviation Authority.

Function

The function of the Retirement Benefits Committee is to formalize the efforts of administering the Retirement Plans and the Other Post Employment Benefits Trust (OPEB), including submitting an annual report to the Aviation Authority Board summarizing the financial status of the Retirement Plans and the OPEB Trust. The Retirement Benefits Committee shall also determine matters involving Contractors to include on the Debarment List in accordance with Policy 130.04, Debarment of Contractors.

Page 60: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.08 Organizational Policy: Administration Retirement Benefits Committee

June 19, 2015 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 2 POLICY AND PROCEDURE MANUAL

Notice Meeting See Also

In compliance with the Florida Statutes governing public meetings, proper notice of Committee meetings will be given and minutes will be published. Meetings are scheduled as necessary by the Chair at a time and place designated by the Chair. Policy 130.04, Debarment of Contractors

APPROVAL AND UPDATE HISTORY

Last Approval Authority Board: October 16, 2013

Executive Director: June 19, 2015 Supersedes All Previous

Page 61: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.10 Professional Services Committee Administration

GREATER ORLANDO AVIATION AUTHORITY October 13, 2014 POLICY AND PROCEDURE MANUAL Page 1 of 4

OBJECTIVE To establish a committee to recommend selection and award of all

Professional Services agreements and design-build construction services, Construction Management Contracts, and Continuing Contracts for construction services, and to recommend approval of addenda and amendments to all Professional Services agreements except:

• those approved by the Executive Director as authorized in Policy 110.01 and by the Finance Committee as authorized in Policy 120.09, and

• addenda and amendments to Consultants’ Competitive Negotiation Act (CCNA) Professional Services agreements, Construction Related Professional Services agreements, and General Consultant Services agreements in accordance with Policy 130.02,

• as may otherwise be directed by the Executive Director to the Retirement Benefits Committee or an ad-hoc committee.

DEFINITION “Professional Services” are defined in Policy 110.01 as “services

for the rendering, by an independent contracting individual or firm having expertise in a particular industry or subject matter due to specialized education, training, licensure or skill, of advice, reports, conclusions, recommendations or other outputs resulting from the time and effort of the service provider, as opposed to the acquisition of specific commodities or of services not requiring any specialized education, licensing, training or skill (e.g. janitorial services). Professional Services include, but are not limited to:

a. Evaluations, consultations, management systems, management consulting, compilation of statistical data in support of planning and operating airport activities, expert witnesses, appraisal services, accounting and legal services and research and development studies or reports on the findings of consultants,

b. Services within the scope or practice of architecture,

engineering, landscape architecture, registered surveying, and mapping as defined within CCNA, Florida Statutes, 287.055.”

METHOD OF OPERATION Composition The Professional Services Committee (PSC) is composed of the

following voting members:

Page 62: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.10 Organizational Policy: Administration Professional Services Committee

October 13, 2014 GREATER ORLANDO AVIATION AUTHORITY Page 2 of 4 POLICY AND PROCEDURE MANUAL

• Chief Operating Officer, Chair

• Senior Director of Planning, Engineering, and

Construction, Vice Chair

• Chief Financial Officer

• Deputy Executive Director – Operations

• Director of Construction

Serving in advisory capacity:

• Legal Counsel

The Executive Director is authorized to make changes to the PSC membership on an interim basis with ratification required by the Aviation Authority Board at its next regularly scheduled meeting.

Function The primary function of the PSC is to recommend the selection

and award of Professional Services, design-build, Construction Management Entities (“CMEs”), and Continuing Contractor construction services unless otherwise directed by the Executive Director in accordance with Policy 110.01. The PSC shall also evaluate and recommend approval of addenda and amendments to Professional Services agreements; except for CCNA Professional Services agreements, GMPs and Amendments, and Construction-Related Professional Services agreements which are evaluated by the Construction Committee. The PSC may also perform contractor Shortlisting or contractor pre-qualification, including recommendation of approval of a CME’s list of prequalified subcontractors. The Aviation Authority Board may accept or reject the PSC’s recommendation for any or all awards.

The PSC shall recommend the selection and award of Construction Management Entities (“CMEs”), which includes all associated short-listing or prequalification of CMEs proposing on Aviation Authority projects. The PSC shall evaluate and approve all lists of prequalified subcontractors submitted by CMEs. All GMPs and Amendments on CME Contracts shall be evaluated by Construction Committee.

The PSC shall be responsible for carrying out the directives of the Capital Management Committee as they relate to procurement

Page 63: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Organizational Policy: Section 120.10 Professional Services Committee Administration

GREATER ORLANDO AVIATION AUTHORITY October 13, 2014 POLICY AND PROCEDURE MANUAL Page 3 of 4

methods to be used for Professional Services, design-build construction services, construction management services, and Continuing Contractors for projects on the Capital Improvement Program (CIP), except that the Capital Management Committee shall not direct the evaluation of or ranking of any proposals, qualifications, or shortlisting. The PSC shall conduct the evaluation and ranking of proposals, qualifications, or shortlisting. The PSC shall also determine matters involving Contractors to include on the Debarment List in accordance with Policy 130.04, Debarment of Contractors.

Approval Contracts, addenda, or amendments that are recommended for

approval by the PSC may be approved by the Executive Director in accordance with Policy 110.01, except that Aviation Authority Board approval is required for all contract addenda and amendments that result in the value of any contract being increased, in the aggregate, by over $250,000 over the contract value previously approved by the Aviation Authority Board. The Executive Director may approve all other addenda and amendments, including those that decrease or result in no change to the contract value. For contracts procured and administered under the 450 Policy Series, Aviation Authority Board approval is required for all options to exercise renewal periods, if the value of the contract in the renewal period exceeds $250,000 over the contract value, including amendments, previously approved by the Aviation Authority Board for such renewal term. The Executive Director may approve all other options to exercise renewal periods.

Notice In compliance with the Florida Statutes governing public

meetings, proper notice of the PSC meetings will be given and minutes will be published.

Meeting

Meetings are scheduled as necessary by the PSC Chair at a time and place designated by the PSC Chair.

QUOROM A quorum consists of a majority of the voting members.

APPEALS

Actions taken by the PSC may be appealed by submitting a written appeal request to the Executive Director within five business days of the action taken that is the subject of the appeal.

Page 64: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Section 120.10 Organizational Policy: Administration Professional Services Committee

October 13, 2014 GREATER ORLANDO AVIATION AUTHORITY Page 4 of 4 POLICY AND PROCEDURE MANUAL

SEE ALSO

Failure to appeal within this time frame shall constitute a waiver of the right to appeal. For detailed descriptions of the functions of the Professional Services Committee, see: • Policy 120.13, Capital Management Committee

• Policy 130.01, Construction Contracts and Changes

• Policy 130.02, Construction Related Professional and

Consulting Services

• Policy 130.03, Construction Management Contracts

• Policy 130.04, Debarment of Contractors

APPROVAL AND UPDATE HISTORY Last Approval Authority Board: October 16, 2013

Executive Director: October 13, 2014 Supersedes All Previous

Page 65: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

______________________________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Chairman, Concessions Procurement Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Deem MCO Airport Plaza, L.L.C. as a Responsive and Responsible Proposer in Response to the Request for Proposals for Proposal Documents for the Travel Plaza Facility at Orlando International Airport BACKGROUND In an effort to improve customer services at the Orlando International Airport, the Aviation Authority released a Request for Proposals for the development and operation of a fully functioning on-airport vehicle services Travel Plaza Facility. The Travel Plaza Facility is intended to provide services and amenities, such as vehicle fueling, fast casual dining, and a convenience store, for Airport passengers, meeters and greeters, employees and commercial vehicle operators. In addition, the Travel Plaza Facility is intended to provide 100 parking spaces as part of the cell phone lot to be constructed by the Aviation Authority. The term of the commercial agreement is anticipated to be 25 years. The Aviation Authority issued a Request for Proposals for the non-exclusive right and obligation to develop, construct, operate and maintain a Travel Plaza Facility on March 13, 2016. A Mandatory Pre-Proposal Conference was held on March 29, 2016, attended by two potential proposers. A second Pre-Proposal Conference was held on May 10, 2016, attended by four potential proposers. The deadline for submission of Proposals was June 30, 2016. ISSUES MCO Airport Plaza, L.L.C. was the only respondent to the Request for Proposals. The proposal received was evaluated using the following criteria set forth in the Request for Proposals:

The following elements of the proposal were reviewed by Staff and Legal Counsel and rated as either satisfactory or unsatisfactory: • Proposer’s financial capability • Proposer’s reputation • Completion of the Eligibility and Proposal Form

CONSENT AGENDA ITEM – K -

Page 66: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

The following elements of the proposal were reviewed by Staff and Counsel and evaluated for their strength: • Demonstrated experience and qualifications • Quality, variety and price range of convenience store items • Quality, variety and price range of fast casual restaurant menu • Quality of customer service and operational plan • Travel Plaza Facility improvements • Convenience store capital investment • Gas station capital investment • 100 space parking lot capital investment • Fast casual restaurant capital investment • Commercial vehicle fueling facility (if proposed) • Financial return to the Authorty

There are certain outstanding issues that will need to be addressed through negotiation, including but not limited to the final configuration of the facility on the designated site including the commercial vehicle fueling islands, and the nature of the commercial arrangement that will exist with the entities operating the convenience store, gas station, and fast casual restaurants. At its meeting on July 25, 2016, the Concessions/Procurement Committee (CPC) deferred consideration of the proposal pending additional information. Staff and Legal Counsel subsequently obtained the additional information requested by the Committee. On September 12, 2016, the CPC recommended that MCO Airport Plaza, L.L.C. be deemed a responsive and responsible proposer and that the Executive Director be authorized to enter into negotiations with MCO Airport Plaza, L.L.C. for the purpose of exploring a potential agreement for the non-exclusive right and obligation to develop, construct, operate and maintain a fully-functioning on-airport vehicle services Travel Plaza Facility. ALTERNATIVES There are no alternatives under consideration at this time. FISCAL IMPACT In the first year of operation the Aviation Authority is estimated to receive the following: • $120,000 as an Annual Rental Fee; • A percentage of Gross Receipts on all non-fuel sales of 3% for all sales up

to $2,500,000.00, and 5% thereafter; and • A fuel flowage fee of $0.03 per gallon for gallons 1 to 2,500,000; $0.04

per gallon for gallons 2,500,000 to 4,000,000; and $0.05 per gallon for gallons above 4,000,000.

RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to: 1) approve MCO Airport Plaza, L.L.C. as a responsive and responsible proposer to the Request for Proposals for development and operation of a Travel Plaza Facility; 2) authorize the Executive Director to enter into negotiations with MCO Airport Plaza, L.L.C. to resolve any outstanding contractual issues; 3) request Orlando City Council concurrence of the Travel Plaza Commercial Agreement as a lease that exceeds ten years; and 4) authorize an Aviation Authority officer or the Executive Director to execute all necessary documents, following satisfactory review by legal counsel.

Page 67: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Chair, Concessions/Procurement Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve Purchase of Replacement Lounge Seating for the West Great Hall and the Hyatt Atrium in the Landside Terminal Building and Associated Services from Agati, Inc. BACKGROUND The Aviation Authority is in the process of replacing Passenger holdroom seating and passenger lounge seating throughout the terminal. On October 4, 2016, a quotation was received from Agati, Inc. for the provision, delivery, assembly, waste material removal and placement of new “GEE” collection lounge seating units sufficient to provide 120 new lounge seats in the West Great Hall and 96 new lounge seats in the Hyatt Atrium in the Landside Terminal Building. This purchase does not include custom upholstery fabric which will be provided by the Aviation Authority to Agati, Inc. and will be purchased separately. Also, this purchase does not include electric work needed to provide electrical service to the locations where the Seating Units will be placed. ISSUES The Aviation Authority’s policy (Section 450.03, Government Contract/Annual Contract) permits the procurement of items and/or services from a supplier based on a requirements contract/annual agreement with any public entity. Agati, Inc. has such a requirements contract with the State of Florida, contract number 56121000-15-1, “Furniture: Library”. The pricing for this purchase through the above-referenced contract is as follows: Name of Supplier Total Price Agati, Inc. (Seating Units only) $395,517.69

Agati, Inc. (associated services only) $ 30,254.00 Staff has reviewed the pricing and does not believe that the Aviation Authority’s issuance of its own Request for Quotation would result in a lower cost for this equipment. On October 10, 2016, the Concessions/Procurement Committee recommended approval of this replacement lounge seating and associated services purchase at a cost of $425,771.69. ALTERNATIVES There are no reasonable alternatives being considered.

CONSENT AGENDA ITEM – L -

Page 68: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT The amount of $425,771.69, quoted by Agati Inc., is within budget as funded from previously-approved Capital Expenditure Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to: (1) approve the Purchase of Replacement Lounge Seating for the West Great Hall and the Hyatt Atrium in the Landside Terminal Building and Associated Services from Agati, Inc. at a total cost of $425,771.69; (2) authorize funding from previously-approved Capital Expenditure Fund; and (3) authorize the Purchasing Office to issue the necessary purchase order.

Page 69: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Chair, Concessions/Procurement Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Award the Single Source Procurement Purchase of Airside 2 Holdroom Seating and Seating Replacement Services to Arconas BACKGROUND This purchase is for the replacement of holdroom seating and associated furniture replacement services including labor, material and equipment to remove and dispose of existing holdroom seating units for Gates 101 through 129 on Airside 2. The new seats, a total of 2,786, will all have tablet armrests and power outlets. This new seating for Airside 2 will match the seating style on Airside 4, which is underway. ISSUES On September 28, 2016, the Aviation Authority received a quotation from Arconas for the provision and delivery of holdroom seating for Airside 2, Gates 101 through 129. This purchase of seating units and associated furniture replacement services shall be made from Arconas based on a Single Source Procurement Justification in accordance with Aviation Authority Operational Procedure 450.03, Non-Competitive Procurements, which permits the single source procurement of goods and/or services when the procurement is made from one firm among others in a competitive market place which, for justifiable reasons, is found to be most advantageous for the purpose of fulfilling the given purchase need. Staff has reviewed the quotation for the purchase of the seating units and has determined that the purchase does not lend itself to a competitive award because Arconas does not offer this product through any third party resellers. The purchase of the seating units is valued at a not-to-exceed amount of $2,513,455.00. The purchase of the furniture replacement services is valued at a not-to-exceed amount of $278,600.00. On October 10, 2016 the Concessions/Procurement Committee recommended to purchase the new seating units and the associated furniture replacement services in the amounts listed above, for a total not-to-exceed amount of $2,792,055.00, subject to ratification of funding for $1,317,826.69 by the Construction Finance Oversight Committee.

CONSENT AGENDA ITEM – M -

Page 70: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES There are no reasonable alternatives being considered. FISCAL IMPACT Of the amount quoted by Arconas for the seating units plus the anticipated furniture replacement services expense, $1,474,228.31 is within budget as funded by the Capital Expenditure Fund. The balance of $1,317,826.69 is included in the proposed Capital Expenditure Fund budget ratified at the Construction Finance Oversight Committee meeting on October 13, 2016. This unbudgeted amount requires Orlando City Council approval. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to: 1) authorize the purchase of new seating units to replace the seating units in the passenger holdroom seating areas in Gates 101 through 129 on Airside 2 from Arconas based on a Single Source Procurement Justification form in the total not-to-exceed amount of $2,513,455.00; 2) authorize the purchase of the furniture replacement services to replace the seating units in the passenger holdroom seating areas based on a Single Source Procurement Justification form in the not-to-exceed amount of $278,600.00; 3) authorize funding from Capital Expenditure Fund; 4) request Orlando City Council approval of the unbudgeted amount of $1,317,826.69; 5) authorize the Executive Director to execute a Single Source Procurement Justification form for the purchase of the new seating units and associated furniture replacement services from Arconas in the total not-to-exceed amount of $2,792,055 in accordance with Aviation Authority Policy; and 6) authorize the Purchasing Office to issue the necessary purchase order(s).

Page 71: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM TO: Members of the Aviation Authority FROM: Dolly Daniell, Chair, Concessions/Procurement Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Award Purchasing Request for Written Quotation (RFQ) #92333-16, Single Ply, Single Roll Bath Tissue Supply Procurement BACKGROUND The Aviation Authority is obligated to furnish single ply, single roll bath tissue as an owner furnished material item in accordance with current janitorial contracts. On August 24, 2016, the Aviation Authority received quotations for the procurement of Single Ply, Single Roll Bath Tissue to be provided on an “as needed” basis under a Blanket Purchase Agreement (BPA) for a period of twelve months. It was required that respondents provide: (a) a sales certification; (b) a manufacturer specification sheet; (c) a test report from an independent third party testing facility; and (d) a sample case of product quoted. This quotation is for an indefinite quantity over a fixed time period. The actual amount spent will be based upon the quantities ordered at the agreed upon unit prices. Respondents were required to submit a Total Quotation based upon the product of the unit price per case times the number of cases contained in the quantity of full pallets of the product quoted that would contain at least 41,836,400 square feet of the product quoted. Award, however, will be to the responsible and responsive respondent submitting the low unit cost per square foot for a product that has been found acceptable. ISSUES The following 9 quotations were received and reviewed: Firm (Product quoted) Unit Cost Total Per Sq. Ft. Quotation Tera Consulting, Inc. (Product #GEN 218) $.0036638 $190,426.50 Clearwater Distribution (Product #Decor 4024) $.0037512 $194,524.80 Roses Delight, Inc. (Product #11638 Private Label) $.0042602 $220,836.00 Dade Paper Company (Product #11638) $.0050509 $261,822.00 SupplyWorks “A” (Product #11638) $.0051553 $267,234.00 SupplyWorks “B” (Product #19881/01) $.0062787 $325,967.04 All Florida Paper (Product #19881/01) $.0065656 $340,860.00 Veritiv Operating Company (Product #19881/01) $.0065737 $341,279.52 Southeastern Paper Group (Product #19881/01) $.0066424 $344,845.44 Staff reviewed the submittals and sample provided in support of the Tera Consulting, Inc. quotation for Product #GEN 218 and determined that the sales certification and the test report were not provided. Staff is recommending that this quotation be determined non-responsive.

CONSENT AGENDA ITEM – N -

Page 72: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Staff reviewed the submittals and sample provided in support of the Clearwater Distribution quotation for Product #Decor 4024 and determined that the sales certification, manufacturer’s specification sheet and the test report were not provided. Staff is recommending that this quotation be determined non-responsive. Staff reviewed the submittals and sample provided in support of the Roses Delight, Inc. quotation for Product #11638 Private Label and determined that the sales certification was not provided. Staff is recommending that this quotation be determined non-responsive The quotations submitted by Dade Paper Company and SupplyWorks “A” for Product #11638, were determined by Staff to be in full compliance with the RFQ requirements. The quotations submitted by SupplyWorks “B”, All Florida Paper, Veritiv Operating Company and Southeastern Paper Group for Product #19881/01, were determined by Staff to be in full compliance with the RFQ requirements. On September 12, 2016, the Concessions/Procurement Committee(CPC)recommended award of Request for Written Quotation #92333-1 to Dade Paper Company for Product #11638. On September 18, 2016, an appeal of the CPC’s recommendation was received from Tera Consulting, Inc. The recommendation of the CPC was upheld by the Executive Director (copy attached. ALTERNATIVES There are no reasonable alternatives being considered. FISCAL IMPACT The amount quoted by the low responsible and responsive Respondent based on the stated quantity is within budget as funded from previously-approved Operation and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to: (1) find the quotations submitted by Tera Consulting, Inc. for Product #GEN 218, Clearwater Distribution for Product #Decor 4024, and Roses Delight, Inc. for Product #11638 Private Label non-responsive for the reasons stated; 2) award Purchasing Request for Written Quotations #92032-15 to Dade Paper Company for Product #11638 as the low, responsible and responsive Respondent in the not-to-exceed amount of $261,822.00; (3) authorize funding from the approved Operation and Maintenance Fund; and (4) authorize the Purchasing Office to issue the necessary blanket purchase agreement.

Page 73: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 74: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 75: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 76: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 77: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM To: Members of the Aviation Authority From: Dolly Daniell, Chair, Concessions/Procurement Committee Date: October 19, 2015 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of 3 Passenger Boarding Bridges from John Bean Technologies Corporation d/b/a JBT AeroTech, Jetway Systems BACKGROUND Project BP-443, Airside 4 improvement program, scope includes the expansion of the 90’s wing to include replacing existing domestic gates with international swing gates. The 3 new Passenger Boarding Bridges are needed to accommodate larger aircraft configurations. This purchase is for 3 Passenger Boarding Bridges, installation supervision, training and commissioning, freight, and performance bond. One of the three Passenger Boarding Bridges will be able to serve the upper deck of an A380 aircraft. ISSUES The purchase of the 3 Passenger Boarding Bridges and associated services have been priced for the Aviation Authority pursuant to the Denver International Airport, Master Purchase Order No. 0823A0115 and JBT AeroTech, Jetway Systems Quotation No. 3146-A . The Aviation Authority’s Policy (Section 450.03, non-competitive procurements) permits the procurement of goods and/or services from a Supplier having a requirements contract/annual agreement with any public entity for products and/or services described in such contract and at prices or discounts no less favorable than any set forth in such Contract. On September 26, 2016, the Concessions/Procurement Committee recommended approval to purchase 3 Passenger Boarding Bridges from JBT AeroTech, Jetway Systems. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The total value of the purchase is not-to-exceed $1,699,157.78. Funding is available from the previously-approved Capital Expenditure Fund.

CONSENT AGENDA ITEM – O -

Page 78: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to (1) approve the purchase of 3 Passenger Boarding Bridges pursuant to the Denver International Airport, Master Purchase Order No. 0823A0115 and JBT AeroTech, Jetway Systems Quotation No. 3146-A; (2) authorize funding from previously-approved Capital Expenditure Fund in the not-to-exceed amount of $1,699,157.78; and (3) authorize the Purchasing Office to issue the necessary purchase order.

Page 79: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4392

MEMORANDUM To: Members of the Aviation Authority From: Dolly Daniell, Chair, Concessions/Procurement Committee Date: October 19, 2016 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of 1 “E-ONE” 100 Foot Aerial Platform Fire Apparatus for Aircraft Rescue and Fire Fighting (ARFF) BACKGROUND This purchase is for 1 “E-ONE”, 100 Foot Aerial Platform Fire Apparatus for the Aviation Authority’s ARFF. The Fire Apparatus will allow ARFF personnel to have the capability to: (1) access sections of the South Complex APM guideway in the areas where it is more than 50 feet above ground; (2) access the upper level of new generation larger aircraft; and (3) provide conventional applications for structural responses. The Fire Apparatus will also allow ARFF personnel to provide high angle, confined space and heavy rescue capabilities. ISSUES On September 27, 2016, the Aviation Authority received a proposal from Hall-Mark Fire Apparatus, LLC for the provision and delivery of 1 “E-ONE”, 100 Foot Aerial Platform Fire Apparatus, pursuant to Orange County, Florida Term Contract #Y13-1056-JS, entitled “Fire Apparatus” awarded on September 1, 2013, for the purpose of supplying the County with a range of fire apparatus including commercial pumpers and tankers, mini pumpers, woods fire apparatus, rescue apparatus and aerial platforms. The Aviation Authority’s Policy (Section 450.03, Government Contract/Annual Contract) permits the procurement of goods and/or services from a Supplier having a requirements contract/annual agreement with any public entity. Staff has reviewed the pricing and does not believe that the Aviation Authority’s issuance of its own Request for Quotation would result in a lower cost for these vehicles. On October 10, 2016, the Concessions/Procurement Committee recommended approval of the purchase of 1 ”E-ONE”,100 Foot Aerial Platform Fire Apparatus from Hall-Mark Fire Apparatus, LLC. ALTERNATIVES There are no reasonable alternatives under consideration.

CONSENT AGENDA ITEM – P -

Page 80: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT The total value of the purchase is not-to-exceed $1,065,000. Funding is available from the previously-approved Capital Expenditure Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Concessions/Procurement Committee to: (1) approve the purchase of 1 “E-ONE”, 100 Foot Aerial Platform Fire Apparatus from Hall-Mark Fire Apparatus, LLC., pursuant to Orange County, Florida Term Contract #Y13-1056-JS; (2) authorize funding from previously-approved Capital Expenditure Fund in the not-to-exceed amount of $1,065,000; and (3) authorize the Purchasing Office to issue the necessary purchase order.

Page 81: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Change Orders to Various Contracts BACKGROUND At its meetings on October 4 and 11, 2016, the Construction Committee recommended approval of the change order(s) outlined in Attachment A. ISSUES The Aviation Authority reserves the right to recover premium and other costs from the responsible party, as applicable. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The funding source for each change order is outlined in Attachment A for a total amount of $9,664,283.75. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee to (a) approve Change Order No. BP-00443-03 in the amount of $2,200,000.00, (b) approve the use of Capital Expenditure Funds for Change Order No. BP-00443-03, and (c) request Orlando City Council concurrence for this non-budgeted expenditure of $2,200,000.00; (2) accept the recommendation of the Construction Committee to approve Change Order No. BP-00443-04 in the amount of $683,000.00; Change Order No. BP-00443-05 in the amount of $1,310,000.00; Change Order No. BP-00443-06 in the amount of $1,550,000.00; Change Order No. BP-00444-15 in the amount of $914,032.18 and a time extension of 71 calendar days to substantial completion; Change Order No. BP-00447-03 in the amount of $407,548.79; Change Order No. BP-00466-01 in the amount of $2,345,815.00; and, Change Order No. PS-00329-04 in the amount of $253,887.78, with funding as outlined in Attachment A; and, (3) authorize an Aviation Authority Officer or the Executive Director to execute the change order(s) following satisfactory review by legal counsel.

CONSENT AGENDA ITEM – Q –

Page 82: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 1 of 6) Change Order BP-00443-03 Construction Committee: October 4, 2016 Project: Airside 4 Improvements Program – FIS/CBP Renovation and Wing Expansion Contractor: Hensel Phelps Construction Company Amount This Change Order: $ 2,200,000.00 (3.2% of Original Contract Price) Original Contract Amount: $ 69,692,000.00 Previous Change Orders: $ 1,976,796.71 (2.8% of Original Contract Price) Revised Contract Amount: $ 73,868,796.71 Time Extension: None Funding Source: Capital Expenditure Funds Description of Change: 1. Add Allowance (Exterior Sewer Renovations) for $2,200,000.00 for all labor, material and costs, including demolition, removal and replacement of concrete, manholes, and connections to existing or new sanitary laterals, to support the exterior sewer renovations and additions at Airside 4 to comply with GOAA standards. The work includes: (a) new sewer line, lift station, and force main at the 90s Gate area from new Manhole 5 to existing Manhole R1 at the end of the 80s Gate breezeway (90s-80s); (b) video survey investigation of existing line from MH-2 to MH-R8, including 8-inch sanitary to existing lift station, at the Airside 4 Central Energy Plant (CEP) (90s and 60s leg); (c) pending video survey results and visual manhole condition assessment, the lines may be replaced or slip-lined and manholes repaired/rehabilitated (90s and 60s leg). All costs shall be reconciled after final approval of subcontractor labor rates and shall be within the not to exceed allowance. ADD: $2,000,000.00; and, 2. Add Allowance (Interior Sewer Line Replacement) for $200,000.00 for all labor, material and costs, including demolition, new work and any patching and repairing of the existing floor and finishes within the building, to support select interior sewer line replacement and select re-routing of interior lines from the bottom of the Level 1 deck to the new exterior sewer line, to coordinate with the exterior sewer renovations and additions in Item 1. All costs shall be reconciled after final approval of subcontractor labor rates and shall be within the not to exceed allowance. ADD: $200,000.00. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Reason for Change: 1. Owner Requested Change: Airside 4 was built in 1991. Since that time, there have been multiple sewer blockages/back-ups and breaks caused by deteriorated cast iron lines around the Hub. Additional investigation is required to determine the extent of the work for the 90s breezeway and the 60s line. Lump sum allowance costs were established as a cap price. All costs shall be reconciled after final approval of subcontractor labor rates and shall be within the not-to-exceed allowance; and, 2. Owner Requested Change: Airside 4 was built in 1991. Since that time, there have been numerous additions to the Concessions on the Transfer Level, including food and beverage operations. There have been multiple sewer blockages/back-ups and breaks caused by deteriorated cast iron lines around the Hub. With the expansion of the FIS at ramp level, there is a need to re-route and install new select interior lines to connect to the new exterior lines. Lump sum allowance costs were established as a cap price. All costs shall be reconciled after final approval of subcontractor labor rates and shall be within the not to exceed allowance. Change Order BP-00443-04 Construction Committee: October 4, 2016 Project: Airside 4 Improvements Program – FIS/CBP Renovation and

Wing Expansion Contractor: Hensel Phelps Construction Company Amount This Change Order: $ 683,000.00 (1.0% of Original Contract Price) Original Contract Amount: $ 69,692,000.00 Previous Change Orders: $ 4,176,796.71 (6.0% of Original Contract Price) Revised Contract Amount: $ 74,551,796.71

Page 83: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 2 of 6) Time Extension: None Funding Source: Aviation Authority’s Line of Credit to be reimbursed by

Passenger Facility Charges and 2015A Bonds Description of Change: As a result of the Competitive Negotiation Process, the Aviation Authority selected the following three alternates regarding the Federal Inspection Station (FIS) wall finishes: (a) GOAA Alternate No. 5, to use for an alternative manufacturer for the wall panels at a deduct amount of $135,000.00; (b) GOAA Alternate No. 9 to use for painted drywall in lieu of panels at a deduct amount of $548,000.00; and, (c) Hensel Phelps Construction Co. (HPCC) Value Engineering (VE) Item No. 11.07 to use for plastic laminate panels for a deduct amount of $400,000.00. By selecting these three alternates, an overlap of deducts has occurred. Only one of these three alternates can be selected. The HPCC VE Item No. 11.07 to use for plastic laminate panels for a deduct amount of $400,000.00 is the reconciled solution that the Aviation Authority now selects to the exclusion of the other two alternates shown above. Therefore, de-selecting Alternate No. 5, for a deduct amount of $135,000.00, and Alternate No. 9, for a deduct amount of $548,000.00, results in an add amount of $683,000 and needs to be credited back to the contract. ADD: $683,000.00. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Reason for Change: Owner Requested Change. During the Competitive Negotiation Process, multiple deduct alternates were listed to provide GOAA with options to reduce the Contract amount. Each proposer filled out the Negotiated Price Proposal form with the deduct amounts. In addition, the proposers provided a list of additional possible Value Engineered (VE) deduct cost items. For the Staff Evaluation, Alternate No. 5, Alternative Manufacturer for wall panels, and Alternate No. 9, use of painted drywall in lieu of panels, were accepted for each proposer. Hensel Phelps Construction Co. (HPCC) provided a VE item (11.07) for a deduct to use Plastic Laminate Panels. After the award of the contract that included all three items, HPCC conducted subcontractor agreement sessions. The subcontractor indicated that all three deducts (GOAA Alt 5, Alt 9 and HP Alternate VE 11.07) could not be taken together, and that only one deduct could be selected. Staff recommends the HPCC VE 11.07 option to use plastic laminate panels. This means that a credit is due to HPCC for GOAA Alternate Nos. 5 and 9. Change Order BP-00443-05 Construction Committee: October 11, 2016 Project: Airside 4 Improvements Program – FIS/CBP Renovation and

Wing Expansion Contractor: Hensel Phelps Construction Company Amount This Change Order: $ 1,310,000.00 (1.9% of Original Contract Price) Original Contract Amount: $ 69,692,000.00 Previous Change Orders: $ 4,859,796.71 (7.0% of Original Contract Price) Revised Contract Amount: $ 75,861,796.71 Time Extension: None Funding Source: Capital Expenditure Funds Description of Change: The BP-443 Negotiated Price Proposal form included Alternate No. 4 for HVAC work, not otherwise included in the Base scope of work. For Alternate No. 4, the Contractor bid $4,378,993.00. The Contractor has since provided the breakdown of its Alternate No. 4 bid per location/service area as follows: (a) 70s Wing: $965,000.00; (b) 80s Wing: $1,310,000.00; (c) 90s Wing: $554,000.00; and, (d) Hub: $1,550,000.00. The Contractor agrees to permit the Aviation Authority to select the Alternate No. 4 work scope by location/service area, with the cost determined per the above breakdown above. The Aviation Authority selects Alternate No. 4 at the 80s Wing, which includes HVAC Units 16, 17, 18, 19, 10, and 24, and all work included in the bid documents. ADD: $1,310,000.00. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred.

Page 84: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 3 of 6) Reason for Change: Owner Requested Change: As a result of the Competitive Negotiation Process, multiple alternates were listed to provide the Aviation Authority with options to allow for the award of the Contract. Alternate No. 4, for HVAC work, has a value of $4,387,993.00, and was not included in the base contract. Hensel Phelps Construction Co. (HPCC) agreed to hold this pricing until October 2016, in the event the Aviation Authority acquired additional funding. Since that time, additional funding has been acquired to allow a portion of the HVAC scope to move forward. Since the bid, a breakdown by location/service area and cost was requested, and has been provided by HPCC. Moreover, HPCC has agreed to permit the Aviation Authority to select Alternate No. 4 work scope on a location/service area basis, with the cost determined by the submitted breakdown. The breakdown provided by HPCC for the Alternate No. 4 scope is as follows: (a) 70s Wing: $965,000.00; (b) 80s Wing: $1,310,000.00; (c) 90s Wing $554,000.00; and, (d) Hub: $1,550,000.00, for a total cost of $4,379,000.00. Based on available funding, the Aviation Authority has decided to move forward with the 80s Wing location/service area, to include HVAC Units 16, 17, 18, 19, 10 and 24 and all work included in the bid documents for the breakdown amount of $1,310,000.00. Change Order BP-00443-06 Construction Committee: October 11, 2016 Project: Airside 4 Improvements Program – FIS/CBP Renovation and

Wing Expansion Contractor: Hensel Phelps Construction Company Amount This Change Order: $ 1,550,000.00 (2.2% of Original Contract Price) Original Contract Amount: $ 69,692,000.00 Previous Change Orders: $ 6,169,796.71 (8.9% of Original Contract Price) Revised Contract Amount: $ 77,411,796.71 Time Extension: None Funding Source: Aviation Authority Funds, Passenger Facility Charges,

Capital Expenditure Funds, and 2015A Bonds Description of Change: The BP-443 Negotiated Price Proposal form included Alternate No. 4 for HVAC work, not otherwise included in the Base scope of work. For Alternate No. 4, the Contractor bid $4,378,993.00. The Contractor has since provided the breakdown of its Alternate No. 4 bid per location/service area as follows: (a) 70s Wing: $965,000.00; (b) 80s Wing: $1,310,000.00; (c) 90s Wing: $554,000.00; and, (d) Hub: $1,550,000.00. The Contractor agrees to permit the Aviation Authority to select the Alternate No. 4 work scope by location/service area, with the cost determined per the above breakdown above. The Aviation Authority selects Alternate No. 4 at the Hub, which includes HVAC Units 25HC, DCR, 26HC, and 29HC, and all work included in the bid documents. ADD: $1,550,000.00. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Reason for Change: Owner Requested Change: As a result of the Competitive Negotiation Process, multiple alternates were listed to provide the Aviation Authority with options to allow for the award of the Contract. Alternate No. 4, for HVAC work, has a value of $4,387,993.00, and was not included in the base contract. Hensel Phelps Construction Co. (HPCC) agreed to hold this pricing until October 2016, in the event the Aviation Authority acquired additional funding. Since that time, additional funding has been acquired to allow a portion of the HVAC scope to move forward. Since the bid, a breakdown by location/service area and cost was requested, and has been provided by HPCC. Moreover, HPCC has agreed to permit the Aviation Authority to select Alternate No. 4 work scope on a location/service area basis, with the cost determined by the submitted breakdown. The breakdown provided by HPCC for the Alternate No. 4 scope is as follows: (a) 70s Wing: $965,000.00; (b) 80s Wing: $1,310,000.00; (c) 90s Wing $554,000.00; and, (d) Hub: $1,550,000.00, for a total cost of $4,379,000.00. Based on available funding, the Aviation Authority has decided to move forward with the Hub location/service area, which includes HVAC Units 25HC, DCR, 26HC, and 29HC, and all work included in the bid documents for the breakdown amount of $1,550,000.00.

Page 85: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 4 of 6) Change Order BP-00444-15 Construction Committee: October 11, 2016 Project: Recapitalization of Pods A and B Contractor: Jervis B. Webb Company Amount This Change Order: $ 914,032.18 (3.4% of Original Contract Price) Original Contract Amount: $ 26,621,570.00 Previous Change Orders: $ 715,086.17 (2.7% of Original Contract Price) Revised Contract Amount: $ 28,250,688.35 Time Extension: 71 calendar days to substantial completion Funding Source: TSA grants, 2013A AMT General Airport Revenue Bonds,

Capital Expenditure Funds, Passenger Facility Charges (PFC), and 2010A PFC Bonds

Description of Change: 1. Provide all labor, equipment and material to install eight (8) replacement Vertical Sortation Units (VSUs), four in Pod A and four in Pod B. This change order includes, but is not limited to: (a) removal and disposal off-site of the eight Siemens VSUs (four from Pod A and four from Pod B); (b) modification of the existing input (xSSx-12) and output conveyors (xCLxx-02 and xOSRx-01), on each screening line to ensure fit with the new VSUs at the proper elevations; (c) installation of eight new VSUs (four in Pod A and four in Pod B); (d) modification of the electrical infrastructure and Baggage Handling System (BHS) controls to integrate these new VSUs into the overall Checked Baggage Inspection System (CBIS) control system; and, (e) extension of the Contract Time to achieve Substantial Completion by 71 calendar days, from 620 calendar days to 691 calendar days. This change order does not resolve time-related cost impacts which may result from the additional Contract Time added under this change order. ADD: $694,032.18; 2. Establish a Time Impact Allowance in the amount of $220,000.00, to cover costs for extended General Conditions (GCs) and other time-related cost impacts for which the Contractor can demonstrate entitlement under the contract. The Time Impact Allowance shall be administered in accordance with Section 012100, Allowances, and the Contract. ADD: $220,000.00. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Reason for Change: 1. Owner Requested Change: The BP-444 project is required to re-control the existing Pods A and B VSUs in Pods A and B. However, post-award, GOAA Operations determined that the existing Pods A and B VSUs have reached the end of their useful life and must be replaced. The replacement could be delayed until after the BP-444 project is completed; however, this would require modifying the recently completed BP-444 BHS controls re-design, and require TSA recertification (ISAT) of the new VSUs after installation. Further, the VSUs are so large that it is necessary to move existing conveyors out of the way to gain the access required to remove the old VSUs and install the new ones. Replacement while BP-444 is in construction will eliminate a major disruption to baggage operations. Change Order BP-444-12 provided the engineering and procurement of the replacement VSUs. This change order will provide the required removal of the existing VSUs, and the manufacturing, shipping, delivery, mechanical modifications to the existing conveyors, electrical infrastructure and BHS controls modifications, commissioning and testing of the new VSUs, for a fully functional system; and, 2. Owner Requested Change: The late addition of the VSU replacement work into the BP-444 project has resulted in a delay to the project because of the long lead time for manufacturing and delivery of the new VSUs. The Contractor has requested an extension of 71 calendar days to the Contract Time, resulting from the additional VSU replacement work. A time impact analysis by the OAR confirms this 71 calendar day impact. This time impact is the result of time required to complete manufacturing and delivery of the new VSUs to site. Since it is not possible to determine actual GCs at this time, this change order establishes a Time Impact Allowance of $220,000, which is the estimated maximum cost of time impacts resulting from the VSU delay as a stand-alone impact. To avoid further delays and exposure to additional claims for extended GCs resulting from the addition of the VSUs to the project, it is necessary to proceed immediately with this change order for the actual cost of the work to manufacture and install the VSUs. A future change order will be processed against this allowance to cover any time-related costs applicable to the VSUs.

Page 86: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 5 of 6) Change Order BP-00447-03 Construction Committee: October 11, 2016 Project: Ticket Lobby Program – Main Ticket Lobby Modifications Contractor: PCL Construction Services, Inc. Amount This Change Order: $ 407,548.79 (0.6% of Original Contract Price) Original Contract Amount: $ 71,243,178.00 Previous Change Orders: $ 222,407.40 (0.3% of Original Contract Price) Revised Contract Amount: $ 71,873,134.19 Time Extension: None Funding Source: Capital Expenditure Funds, 2010A Bonds, 2015A Bonds, and

Passenger Facility Charges Description of Change: Provide all labor, material, and equipment to install backwall bracket structural steel for video wall monitor sub-frame support behind the ticket counters at Quad Locations A1-A4 and B1-B4 in accordance with PR2-R1, Item 1, and Sketches SKS-2, SKS-3, SKS-4, SKS-5, and SKS-6. Provide fireproofing of steel supports where new supports are attached to existing structural steel. Install metal stud framing and plywood sheathing for wall panel buildout below the backwall monitors. Provide a credit to the Owner for the deletion of uni-strut video wall monitor sub-frame supports removed from the base design. The price does not include costs for x-ray or ground penetrating radar testing of the concrete structure. (Reference Contractor’s CRX-8). Reason for Change: Owner Requested Change: This change was initiated based on the Owner’s desire to change the method of mounting the video wall monitors. The project design called for the video wall monitors to be mounted to uni-strut supports that would be attached directly to the existing backwall. The Owner decided to use a monitor mounting system by RP Visual Solutions (RPV), which included a different mounting bracket and use of a steel subframe assembly. The RPV mounting system required the addition of structural steel supports to relieve the moment force that would be placed on the existing backwall by the weight and function of the RVP system. Change Order BP-00466-01 Construction Committee: October 11, 2016 Project: Landside Air Handling Unit (AHU) HVAC North Terminal

Complex (NTC) – Various Levels Contractor: PCL Construction Services, Inc. Amount This Change Order: $ 2,345,815.00 (30.8% of Original Contract Price) Original Contract Amount: $ 7,619,785.00 Previous Change Orders: $ 0.00 (0.0% of Original Contract Price) Revised Contract Amount: $ 9,965,600.00 Time Extension: None Funding Source: Capital Expenditure Funds Description of Change: Award of Add Alternate No. 2: Provide all labor, material, and equipment for the installation of the baggage claim heating area units on the second floor and all on the first and tenth floors and associated work required to provide fully functioning systems, including ductwork, piping, electrical, controls, and related accessories. A total of eighteen Air Handling Units (AHUs) are to be installed in this add alternate. This work includes the eighteen AHUs and the Contractor shall provide all labor, materials, and equipment and perform the work specified in the bid documents under Add Alternate No. 2 for such units. The Contractor, PCL Construction Services, Inc., will hold pricing for this change order through October 19, 2016, and a reasonable period of time thereafter to get all signatures in place. Reason for Change: Owner Requested Change: At the time bids were received, funding was not available to award Add Alternate No. 2. The Owner has now secured the funding and is proceeding with the work contained in this alternate, at the competitively bid price received at the time of bid.

Page 87: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Attachment A (Page 6 of 6) Change Order PS-329-04 Construction Committee: October 11, 2016 Project: Parking Access and Revenue Control System (PARCS) Contractor: SKIDATA, Inc. Amount This Change Order: $ 253,887.78 (14.2% of Original Contract Price) Original Contract Amount: $ 1,783,564.00 Previous Change Orders: $ 310,770.18 (17.4% of Original Contract Price) Revised Contract Amount: $ 2,348,222.18 Time Extension: None Funding Source: Customer Facility Charges Description of Change: Provide all labor, material, and equipment to install four (4) entries and four (4) exits at the newly constructed South Terminal parking garage. The parties agree that this change order and all preceding change orders are within the scope of the original contract and do not materially alter the original contract such that a cardinal or constructive change to the original agreement has occurred. Reason for Change: Owner Requested Change: As part of the construction of the South Airport Automated People Mover (APM) Complex, a 2400 space garage is being built and will be required to have the same revenue and access control requirements being implemented in the North Terminal garages. Currently, SKIDATA, Inc. is in the process of replacing all of the parking revenue control equipment for North Park Place, South Park Place and both the A and B Parking Garages. The South Complex is being considered as an extension to the current system and therefore the equipment shall be procured as a change order to the PS-329 PARCS project.

Page 88: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Continuing Program and Project Management Services Agreement with Cost Management, Inc. dba CMI for Administrative Support Services to the Small Business Department for Fiscal Year (FY) 2017 BACKGROUND On August 17, 2011, the Aviation Authority Board approved a Continuing Program and Project Management Services Agreement with Cost Management, Inc. dba CMI. The services include all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts; management of the construction and commissioning of projects including performing as the Owner’s Authorized Representative (OAR); providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for program and project related professional and construction services required from the Aviation Authority’s other consultants and contractors; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of projects and programs for the Aviation Authority’s existing and future facilities. ISSUES Cost Management, Inc. dba CMI’s services are required for administrative support services to the Small Business Department for FY 2017. These services include assisting and coordinating with Aviation Authority staff to review agency solicitations and proposal responses for compliance and performance goals; review all agency contracts for small business participation, analyze construction pay applications, analyze construction reports, evaluate construction compliance with Disadvantaged Business Enterprise (DBE) and Minority/Women Business Enterprise (MWBE) requirements, review payments and conduct analytical and onsite monitoring of agency and construction compliance with established goals. A fee has been negotiated with

CONSENT AGENDA ITEM – R -

Page 89: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Cost Management, Inc. dba CMI for a total not-to-exceed amount of $281,510 for the services described in this Memorandum. The services will cover an 8-month period from October 1, 2016 through May 31, 2017. The Office of Small Business Development has reviewed the proposal and determined that Cost Management, Inc. dba CMI proposes to achieve 48% MWBE participation on this Addendum, and that Cost Management, Inc. dba CMI is eligible for award of these services. On September 27, 2016, the Construction Committee recommended approval of an Addendum to the Continuing Program and Project Management Services Agreement with Cost Management, Inc. dba CMI for Administrative Support Services to the Small Business Department for FY 2017. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $281,510. Funding is from Capital Improvement Project Funds to the extent eligible. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve an Addendum to the Continuing Program and Project Management Services Agreement with Cost Management, Inc. dba CMI for Administrative Support Services to the Small Business Department for Fiscal Year (FY) 2017, for a not-to-exceed fee amount of $281,510, with funding from Capital Improvement Project Funds to the extent eligible; and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 90: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to Each of the Continuing Architectural Services Agreements with Borrelli & Partners, Inc.; Le-Huu Partners, P.A.; MLM-Martin Architects, Inc.; MRI Architectural Group, Inc.; and, Rhodes & Brito Architects, Inc. to Exercise the First One-Year Renewal Option BACKGROUND Florida State Statutes, Chapter 287.055, provide that consulting firms may be engaged through continuing services agreements for professional services for projects with a construction value of $2,000,000 or less, for study activity when the fee for such professional work does not exceed $200,000, or for work of a specified nature as outlined in the contract. On January 15, 2014, the Aviation Authority Board approved Continuing Architectural Services Agreements with the following five firms: • Borrelli & Partners, Inc. • Le-Huu Partners, P.A. • MLM-Martin Architects, Inc. • MRI Architectural Group, Inc. • Rhodes & Brito Architects, Inc. These agreements provide for the performance of architectural and related professional services, including civil, environmental, structural, architectural, mechanical, electrical, plumbing, fire protection, landscaping and irrigation design services; planning, cost estimating services and all other related services including coordination with the Aviation Authority, its Consultants, the City of Orlando, Florida, and all agencies having jurisdiction over the Orlando International and Orlando Executive Airports. The services may also include studies and preparation of reports involving program and scope definition and validation of projects, budget development, evaluation and documentation of existing conditions; design, bid/procurement and award, design/build, permitting, construction administration, master document support, technical support and review of documents prepared by others, and design management support on various Aviation Authority projects. The provisions of the Continuing Architectural Services Agreements include a three-year service agreement with optional renewal periods of two additional one-year terms upon mutual agreement of the Aviation Authority and the consulting firm. All five firms have been responsive to the Aviation Authority's needs.

CONSENT AGENDA ITEM – S -

Page 91: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ISSUES In order to maintain the continuing architectural services on an as-needed basis, the first renewal option is required for each of the agreements with Borrelli & Partners, Inc.; Le-Huu Partners, P.A.; MLM-Martin Architects, Inc.; MRI Architectural Group, Inc.; and, Rhodes & Brito Architects, Inc. In response to the Aviation Authority's notification, all five firms provided a letter of concurrence of the first one-year renewal option of its original agreement. On September 27, 2016, the Construction Committee recommended approval of a no cost addendum to each of the continuing architectural services agreements with Borrelli & Partners, Inc.; Le-Huu Partners, P.A.; MLM-Martin Architects, Inc.; MRI Architectural Group, Inc.; and, Rhodes & Brito Architects, Inc. to exercise the first one-year renewal option. ALTERNATIVES The Aviation Authority Board could request Staff to advertise for new continuing architectural services. FISCAL IMPACT There is no fiscal impact for these addenda. Future addenda will be based on specific tasks of work as assigned with approved funding source. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve a no cost Addendum to the Continuing Architectural Services Agreement with Borrelli & Partners, Inc.to exercise the first one-year renewal option and extend the Agreement to February 4, 2018; (2) approve a no cost Addendum to the Continuing Architectural Services Agreement with Le-Huu Partners, P.A. to exercise the first one-year renewal option and extend the Agreement to February 12, 2018; (3) approve a no cost Addendum to the Continuing Architectural Services Agreement with MLM-Martin Architects, Inc. to exercise the first one-year renewal option and extend the Agreement to February 12, 2018; (4) approve a no cost Addendum to the Continuing Architectural Services Agreement with Rhodes & Brito Architects, Inc. to exercise the first one-year renewal option and extend the Agreement to February 12, 2018; (5) approve a no cost Addendum to the Continuing Architectural Services Agreement with MRI Architectural Group, Inc. to exercise the first one-year renewal option and extend the Agreement to February 12, 2018;and (6) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 92: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addenda to the Continuing Roofing Construction Services Agreements to Exercise the First One-Year Renewal Options BACKGROUND The Aviation Authority’s policy and procedure provides that construction firms may be engaged through continuing services agreements for projects with a construction value of $2,000,000 or less. On January 15, 2014, the Aviation Authority Board approved continuing roofing construction services agreements with the following four firms: • P&A Roofing and Sheet Metal, Inc. • RSS Roofing Services & Solutions, LLC • Southland Rowe Roofing, Inc. • Tecta America Southeast, LLC These agreements provide for services that may include replacement and/or repairs of bituminous, single-ply or metal panel roofing systems, metal decks, non-structural light-weight concrete decks, roof deck insulation, flashings, copings, equipment curbs, termination points, expansion joints, roof drains and flashing, and associated roofing accessories, metal flashing or other roofing systems and components, and other work normally associated with roofing construction, as well as water-proofing, skylight, and other moisture-proofing repairs for structures. The provisions of the continuing roofing construction services agreements include a three-year service agreement with optional renewal periods of two additional one-year terms upon mutual agreement of the Aviation Authority and the contracting firm. All four base agreements will expire in February 2017, and all four firms have been responsive to the Aviation Authority's needs. ISSUES In order to maintain the continuing roofing construction services on an as-needed basis, the first renewal option is required for each of the four agreements. In response to the Aviation Authority's notification, all four firms provided a letter of concurrence of the first one-year renewal option of its original agreement. It is essential that on-call roofing construction capabilities be maintained to ensure the Aviation Authority’s ability to respond in the event of an emergency.

CONSENT AGENDA ITEM – T -

Page 93: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

On September 27, 2016, the Construction Committee recommended approval of a no cost addendum to each of the continuing roofing construction services agreements with all four firms to exercise the first one-year renewal option. ALTERNATIVES The Aviation Authority Board could request Staff to advertise for new continuing roofing construction services. FISCAL IMPACT There is no fiscal impact for these addenda. Future addenda will be based on specific tasks of work as assigned with approved funding source. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve a no cost Addendum to the Continuing Roofing Construction Services Agreement with P&A Roofing and Sheet Metal, Inc. to exercise the first one-year renewal option and extend the Agreement to February 28, 2018; (2) approve a no cost Addendum to the Continuing Roofing Construction Services Agreement with RSS Roofing Services & Solutions, LLC to exercise the first one-year renewal option and extend the Agreement to February 4, 2018; (3) approve a no cost Addendum to the Continuing Roofing Construction Services Agreement with Southland Rowe Roofing, Inc. to exercise the first one-year renewal option and extend the Agreement to February 12, 2018; (4) approve a no cost Addendum to the Continuing Roofing Construction Services Agreement with Tecta America Southeast, LLC, to exercise the first one-year renewal option and extend the Agreement to February 12, 2018; and (5) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 94: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Compliance Services for the South Airport Automated People Mover (APM) Complex Program BACKGROUND On August 10, 2016, the Aviation Authority Board approved the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. The services include performing third-party reviews of change orders and addenda/amendments prior to submission to the Aviation Authority’s Construction Committee and Professional Services Committee as well as assisting the Planning, Engineering, and Construction, and Finance Departments in preparation for Construction Committee and other meetings. Services also include assistance in grant compliance in support of Aviation Authority projects funded by federal grants. ISSUES R. W. Block Consulting, Inc.’s services are required for program compliance services in support of the South Airport Automated People Mover (APM) Complex Program. Services include project and program cost tracking and reporting, project and program budget development, funding plans, cost segregation, review of project and program expenditures for contract compliance, funding recommendations, assistance with Guaranteed Maximum Price (GMP) negotiations, review of trade awards and contingency requests to Construction Committee, and other related services as required by the Aviation Authority’s Planning, Engineering and Construction Department. The services will cover a 12-month period, from October 1, 2016 through September 30, 2017. A fee has been negotiated with R. W. Block Consulting, Inc., for a total not-to-exceed amount of $685,711 for Program Compliance Services for the South Airport Automated People Mover (APM) Complex Program. The Office of Small Business Development has reviewed the proposal and determined that R. W. Block Consulting, Inc. proposes to achieve 6.4% MWBE participation on this Addendum, and that R. W. Block Consulting, Inc. is eligible for award of these services. On September 27, 2016, the Construction Committee recommended approval of an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Compliance Services for the South Airport Automated People Mover Complex Program. ALTERNATIVES There are no reasonable alternatives under consideration.

CONSENT AGENDA ITEM – U -

Page 95: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT The fiscal impact is $685,711. Funding is from Passenger Facility Charges, Facility Improvement Funds, Revenue Bonds and Aviation Authority Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Compliance Services for the South Airport Automated People Mover (APM) Complex Program for a total not-to-exceed fee amount of $685,711, with funding from Passenger Facility Charges, Facility Improvement Funds, Revenue Bonds and Aviation Authority Funds; and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 96: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services BACKGROUND On August 10, 2016, the Aviation Authority Board approved the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. The services include performing third-party reviews of change orders and addenda/amendments prior to submission to the Aviation Authority’s Construction Committee and Professional Services Committee as well as assisting the Planning, Engineering, and Construction, and Finance Departments in preparation for Construction Committee and other meetings. Services also include assistance in grant compliance in support of Aviation Authority projects funded by federal grants. ISSUES R. W. Block Consulting, Inc.’s services are required for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services. Services include the work elements necessary to develop the control budget, review and validation of cost estimates prepared by others, assistance with the development of the funding plan, development of internal control procedures, tracking and reporting program costs, performing the review of professional service invoices and applications for payment, assistance with Guaranteed Maximum Price (GMP) negotiations and review of Construction Committee items related to the procurement of design and construction services and other related services as required by the Aviation Authority’s Planning, Engineering and Construction Department. The services will cover a 12-month period, from October 1, 2016 through September 30, 2017. A fee has been negotiated with R. W. Block Consulting, Inc. for a total amount of $1,747,682 for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services. The Office of Small Business Development has reviewed the proposal and determined that R. W. Block Consulting, Inc. proposes to achieve 20.1% MWBE participation on this Addendum, and that R. W. Block Consulting, Inc. is eligible for award of these services. On September 27, 2016, the Construction Committee recommended approval of an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services.

CONSENT AGENDA ITEM – V -

Page 97: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $1,747,682. Funding is from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for Program Controls Services for WS120, South Terminal C, Phase 1 - Financial Oversight Services for a total amount of $1,747,682, which consists of a not-to-exceed fee amount of $1,727,682 and a not-to-exceed reimbursable expenses amount of $20,000, with funding from the Aviation Authority’s Line of Credit to be reimbursed by future General Airport Revenue Bonds; and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 98: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Amendment No. 4 to Addendum No. 6 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport BACKGROUND The South Airport Intermodal Terminal project includes an intermodal terminal that may serve various modes of rail (including inter-city rail, commuter rail, and light rail) and vehicle transport for the Orlando International Airport. The South Airport Intermodal Terminal will be a stand-alone structure connected to a new Automated People Mover (APM) station and parking garage that will be constructed by a separate CM@R firm (i.e., Hensel Phelps Construction Co.) under a program called the South Airport APM Complex. On October 16, 2013, the Aviation Authority Board approved a Construction Management at Risk Services Agreement for the South Airport Intermodal Terminal Facility (ITF) with Turner-Kiewit Joint Venture. The Construction Management at Risk (CM@R) is required to coordinate and work with the South Airport APM Complex Prime Design Consultant (i.e., HKS, Inc. dba HKS Architects, Inc.), the Design, Build, Operate and Maintain (DBOM) Contractor for the APM Operating System (OS) (i.e., Mitsubishi Heavy Industries America, Inc.), and the Fixed Facilities Design Consultant (i.e., T. Y. Lin International). The CM@R will provide pre-construction, construction, commissioning, and close-out phase services for the program. These services include constructability review of design submittals, value engineering, coordination with the design consultants to define packaging of the design into separate Guaranteed Maximum Price (GMP) Addenda, and negotiation and award of the GMPs for each separate construction scope. The CM@R Agreement provides for the following compensation to the CM@R Contractor: • The direct cost of the work is defined as the actual cost for the subcontractor

costs, self-performed work, if any, direct labor, materials, and equipment required to construct the work.

• Allowances in direct cost of the work will only be used in situations where the payment for direct work to a third-party service provider, such as a utility company, is unknown at the time due to an incomplete scope of work, or a portion of the work that is not well-defined, or there are known factors that could significantly increase the cost to perform a specific portion of the work. Allowances are assumed to be a direct cost of the work.

CONSENT AGENDA ITEM – W -

Page 99: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

• The CM@R contingency shall be utilized to compensate for an increase in the cost of

work incurred by the CM@R due to unforeseen circumstances relating to construction of the project, which resulted in an unavoidable increase in cost, except when deemed the responsibility of the Owner in accordance with the CM@R Services Agreement. The CM@R’s Contingency is determined as a percentage of the direct cost of the work.

• The Owner’s contingency shall be an amount, determined by the Owner, which will be available to compensate the CM@R for the increased cost of the work incurred by the CM@R due to a Contract Modification or to other increases in the cost of the work, which the Owner determines, in its sole discretion, is its responsibility. The Owner’s Contingency is determined as a percentage of the direct cost of the work.

• The fee covers the CM@R Contractor’s overhead, profit, and all other costs not

allowed as direct costs or general conditions. The fee will be paid as a negotiated percentage of the actual direct cost of the work only. A fee has been negotiated with Turner-Kiewit Joint Venture for a value of 5.5% of the actual direct cost.

• The general conditions expenses are defined as the actual or negotiated costs,

without any fee, for services, equipment, and materials such as office space and supplies, phones, computers, and other expenses required to support the services.

On June 24, 2015, the Aviation Authority Board approved Addendum No. 6 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport, for a direct negotiated GMP amount of $8,583,853. The scope of BP No. S103 includes auger cast piles, pile caps with excavation and backfill, wall footings, spread footings for the PDL first floor north, spread footings for the PDL exterior canopy, dewatering, and general requirements for construction. The area of work is defined by the perimeter of each building with temporary roads, storage, laydown, and general work areas surrounding each building. Access roads for this GMP and the continuation of maintaining the temporary roads from earlier GMPs are included in this GMP. On August 19, 2015, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 6 to the Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport for a no cost change to replace the project schedule with the new integrated Master Baseline Schedule for the South Airport APM/Intermodal Terminal Facility (ITF) Programs. On February 17, 2016, the Aviation Authority Board approved Amendment No. 2 to Addendum No. 6 to the Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport for a reduction in the direct cost of the work and CM@R’s fee amount. On August 10, 2016, the Aviation Authority Board approved Amendment No. 3 to Addendum No. 6 to the Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport for a reduction in the Owner’s Contingency and CMAR Contingency amounts, including the associated CM@R fee amount. ISSUES Time Impact Analysis (TIA) No. 4R1 provided for the movement of the schedule activities associated with GMP No. 11. The final backfill operations for the elevation of grade within Area 12 culminated the completion of GMP No. 11. A 239 calendar day GMP time impact is requested as a result of TIA No. 4R1. This time impact is strictly for this GMP and does not affect the substantial completion of the overall program. The Owner’s Authorized Representative and Turner-Kiewit Joint Venture have reviewed the current schedule of the project and have determined it is appropriate to extend the time as follows:

Page 100: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Schedule

Approved GMP through Amendment No. 3

Revised GMP

Substantial Completion 04/05/2016 11/30/2016

Final Completion 08/03/2016 03/31/2017 There is no impact to Turner-Kiewit Joint Venture’s proposed DBE participation for the overall GMP and Turner-Kiewit Joint Venture remains committed to exceeding 35% DBE participation for construction management services and 25% DBE participation for construction services related to this Program. To date, Turner-Kiewit Joint Venture has achieved 40.9% DBE participation for construction management services and 25.14% DBE participation for construction services. On October 11, 2016, the Construction Committee recommended approval of Amendment No. 4 to Addendum No. 6 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11) at the Orlando International Airport as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT There is no fiscal impact. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and approve Amendment No. 4 to Addendum No. 6 to the Construction Management at Risk Services Agreement with Turner-Kiewit Joint Venture for BP No. S103, South Airport Intermodal Terminal Facility (ITF) – ITF and Passenger Drop-Off Lobby (PDL) Sitework, Utilities, and Foundations (GMP No. 11), for a no cost change to revise the Substantial Completion date to November 30, 2016, and the Final Completion date to March 31, 2017, and revise the date for assessment of liquidated damages to the new Substantial Completion date; and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 101: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addendum No. 2 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with PCL Construction Services, Inc. for BP-S126, Early Site Work and Structures (GMP No. 1-S) at the Orlando International Airport BACKGROUND On May 20, 2015, the Aviation Authority Board authorized the design of a 16-gate South Terminal C at the Orlando International Airport. The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk Services (CM@R) Agreement to PCL Construction Services, Inc. for the South Terminal C, Phase 1, at the Orlando International Airport. On August 2, 2016, the Construction Committee approved Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with PCL Construction Services, Inc. for initial Preconstruction Services at the Orlando International Airport, for a total not-to-exceed fee amount of $246,948. On September 21, 2016, the Aviation Authority Board approved the award of Amendment No. 1 to Addendum No. 1 for Additional Preconstruction Services. Under the CM@R Agreement, the CM@R is entitled to reimbursement and compensation for the following, upon acceptable performance: • Direct cost of the work items, such as subcontractor costs and self-performed work,

if authorized by the Authority,

• Allowances for direct cost of the work items that are specifically included in the CM@R proposal and approved by the Authority,

CONSENT AGENDA ITEM – X -

Page 102: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

• General condition expenses, such as CM@R management staff, limited to those set

forth in the CM@R Agreement, and

• The CM@R Fee in the amount proposed in the CM@R's competitive Fee and Overhead Price Proposal to compensate the CM@R for all profit, overhead and non-reimbursable general requirements such as cell phones, software, vehicles, office supplies, and personal equipment used by CM@R management staff. For PCL Construction Services, Inc., the CM@R Fee is 5.89%.

The CM@R Agreement also allows each Guaranteed Maximum Price (GMP) to include two contingency budgets (Owner and CM@R) to be used only when authorized by the Aviation Authority in accordance with the CM@R Agreement and Aviation Authority policies. The construction phase will not begin until the Aviation Authority Board approves a GMP Addendum, the GMP is fully executed, and a Notice to Proceed is issued for the particular construction work. ISSUES GMP No. 1-S for the South Terminal C, Phase 1, has been negotiated with PCL Construction Services, Inc. for BP No. S126, South Terminal C, Phase 1 – Early Site Work and Structures (GMP No. 1-S) at the Orlando International Airport for a total GMP amount as shown below. The scope of BP No. S126 includes the construction of twin 72-inch RCP, two 10-foot cast-in-place box culverts, the North Road lane expansion, relocation of the existing contractor trade parking area, associated site work, utilities relocations and installations, dewatering, grading, and all temporary water management practices and General Requirements required for construction. Direct Cost of the Work $ 3,820,821 Direct Cost of the Work Allowances $ 1,047,800 CM@R’s Contingency $ 298,382 Owner’s Contingency $ 100,000 General Conditions $ 368,692 Subtotal $ 5,635,695 Fee (5.89%) $ 331,942 TOTAL GMP AMOUNT: $ 5,967,637 The schedule included in the GMP proposal provides for the BP No. S126 substantial completion date of May 29, 2017. The overall GMP proposal has been thoroughly reviewed by the Owner’s Authorized Representative (i.e., Geotech Consultants International, Inc. dba GCI, Inc.), the Aviation Authority’s Construction-Engineering-Financial Consultant (i.e., R. W. Block Consulting, Inc.), legal counsel, and staff. Payment for work will be for the work and services performed up to but not exceeding the total GMP amount in accordance with the CM@R Agreement. PCL Construction Services, Inc. is committed to exceeding the established MWBE and LDB participation goals of 26% and 5%, respectively, for Construction Management Services, and 20% MWBE and 4% LDB participation for Construction Services. The Office of Small Business Development has reviewed the proposal and determined that PCL Construction Services, Inc. has committed to 20% MWBE and 4% LDB participation for Construction Services for this GMP. On October 11, 2016, the Construction Committee recommended approval of an Addendum to the Construction Management at Risk Services Agreement with PCL Construction Services, Inc. BP No. S126, South Terminal C, Phase 1 - Early Site Work and Structures (GMP No. 1-S), at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration.

Page 103: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT The fiscal impact is $5,967,637. Funding is from the Aviation Authority’s Line of Credit to be reimbursed by General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and: (a) approve Addendum No. 2 to the Construction Management at Risk Services Agreement with PCL Construction Services, Inc. for BP No. S126, South Terminal C, Phase 1 – Early Site Work and Structures (GMP No. 1-S) at the Orlando International Airport for a total negotiated GMP amount of $5,967,637, which includes $3,820,821 for direct costs of work, $368,692.00 for general conditions, $1,047,800 for Allowances, $100,000 for the Owner Contingency, $298,382 for the CM@R Contingency, and a maximum fee amount of $331,942 (5.89%), with funding from the Aviation Authority’s Line of Credit to be reimbursed by General Airport Revenue Bonds; and (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 104: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for Design, Bid and Award Phase Services for W-S00109, South Terminal C, Phase 1 – Prime Architectural Design Consultant, at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On August 19, 2015, the Aviation Authority Board authorized the Construction Committee to approve an Addendum to the Professional Services Agreement for WS109, Prime Architectural Design Consultant for the South Terminal C, Phase 1, at the Orlando International Airport, with Fentress Architects, Ltd., Inc., the first-ranked firm, for the initial services in a not-to-exceed amount up to $1,500,000. On September 8, 2015 the Construction Committee approved Addendum No. 1 to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for facility programming validation and conceptual planning pre-design services for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $1,500,000. On March 22, 2016 the Construction Committee approved Amendment No. 1 to Addendum No. 1 to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for additional facility programming validation and conceptual planning pre-design services for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $249,000.

CONSENT AGENDA ITEM – Y -

Page 105: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

On April 20, 2016, the Aviation Authority Board approved Addendum No. 2 to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for partial design phase services for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $7,127,380. ISSUES A fee has been negotiated with Fentress Architects, Ltd., Inc. in the total amount of $2,261,631 for Design, Bid and Award Phase Services for W-S00109, South Terminal C (Phase 1) – Prime Architectural Design Consultant, at the Orlando International Airport. The scope of services provides for 100% design, bid and award phase services. Fentress Architects, Ltd., Inc. has prime responsibility for the design of most of the major building components through 45%-60% design, after which the primary responsibility is handed off to HNTB Corporation, the Architect of Record for the South Terminal C, Phase 1. DBE, MWBE, or LDB participation goals were not established for the Prime Architectural Design Consultant contract, and Fentress Architects, Ltd., does not propose any MWBE/LDB participation at this time. On October 11, 2016, the Construction Committee recommended approval of an Addendum to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc., for Design, Bid and Award Phase Services for W-S00109, South Terminal C (Phase 1) – Prime Architectural Design Consultant, at the Orlando International Airport in the total amount of $2,261,631. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is 2,261,631. Interim funding is from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and approve an Addendum to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc. for Design, Bid and Award Phase Services for W-S00109, South Terminal C, Phase 1 – Prime Architectural Design Consultant, at the Orlando International Airport for a total amount of $2,261,631, which includes a lump sum fee amount of $1,753,202, and a not-to-exceed reimbursable expenses amount of $508,429, with interim funding from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds; and, (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 106: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design, Bid and Award Phase Services for W-S00110, South Terminal C (Phase 1) – Architect of Record (and Major Subconsultants), at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include the expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On October 21, 2015, the Aviation Authority Board approved an Architect of Record Agreement for the South Terminal C, Phase 1 at the Orlando International Airport with HNTB Corporation. This agreement was for: (a) a no cost base agreement for the negotiated hourly rates; and, (b) authorize the Construction Committee to approve an Addendum to the Professional Services Agreement for the Architect of Record for the South Terminal C, Phase 1, at the Orlando International Airport, with HNTB Corporation, the first-ranked firm, for the initial services in a not-to-exceed amount up to $500,000. On November 17, 2015, the Construction Committee approved Addendum No. 1 to the Professional Services Agreement for the Architect of Record for the South Terminal C, Phase 1, at the Orlando International Airport, with HNTB Corporation, for the initial services in a not-to-exceed amount of $500,000. On December 9, 2015, the Aviation Authority Board approved the selection of major subconsultants for the design of South Terminal C, Phase 1 for Structural Engineer, Airfield Civil Engineer, Landside Civil Engineer, Mechanical/Plumbing Engineer, Electrical Engineer, Baggage Handling System Engineer, and Aviation Ground Support Equipment Systems Specialty Engineer. These major subconsultants will contract directly with HNTB Corporation.

CONSENT AGENDA ITEM – Z -

Page 107: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

On March 22, 2016 the Construction Committee approved Amendment No. 2 to Addendum No. 1 to the Architect of Record Agreement for the South Terminal C, Phase 1 at the Orlando International Airport with HNTB Corporation for additional design efforts for the facility programming validation and conceptual planning pre-design services for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $248,000. On April 20, 2016 the Aviation Authority Board approved Addendum No. 2 to the Architect of Record Agreement for the South Terminal C, Phase 1 at the Orlando International Airport with HNTB Corporation for partial design phase services for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $45,516,171.51. ISSUES A fee has been negotiated with HNTB Corporation for a total amount of $30,570,204.25 for Design, Bid and Award Phase Services for W-S00110, South Terminal C, Phase 1 – Architect of Record (and Major Subconsultants) at the Orlando International Airport. The scope of services includes 100% design, bid and award phase services for all components of the South Terminal C, Phase 1. The design services will include site investigation, as-built research, utility verification, project design, preparation of cost estimates and bid documents, and assisting the Aviation Authority with direct negotiations with the Construction Manager at Risk Contractors. The scope of these services includes the following major components: • Airfield Civil: The airfield portion of the scope includes taxiways, taxi-lanes

and apron paving in support of the initial 16 gates of the airside terminal. There will be service and emergency roads, non-operational hardstands for aircraft to Remain Overnight (RON), airfield signage, lighting, fuel hydrants and aircraft servicing staging areas. Design will be through 100%.

• Airside Terminal: The airside terminal is a three-level facility directly

connected to the landside terminal. It has 16 gates, all of which are designed to be “swing” gates available for either international or domestic flights. Use of Multiple Apron Ramp System (MARS) gates allows two narrow-body aircraft in place of each jumbo aircraft gate. Design will be through 100%.

• Landside Terminal: The Landside Terminal is a five-story building that houses

commercial curb functions, interstitial, ticketing, baggage claim and mechanical mezzanine levels. The TSA security checkpoint and U.S. Customs and Border Protection (CBP) screening areas connect the airside and landside terminals. Design will be through 100%.

• Parking Garage Expansion: This garage is an expansion of the six-story structure,

currently under construction which connects to the APM Station. This expansion of the garage includes approximately 2,500 spaces and elevators for vertical circulation. The expanded garage will connect to the new ground transportation facility. Design will be through 100%.

• Landside Civil: The site development includes activities for the full site outside

of the airfield components. The scope includes all clearing, grading, roadways and bridges, signalization, underground utilities, landscaping, and exterior signage. Design will be through 100%.

• Ground Transportation Facility (GTF): The GTF is a three-story facility housing

Rental Car (RAC) counters, resort transportation and other forms of ground transportation. There is space for concessions, gardens and public circulation. Design will be through 100%.

• Baggage Handling System: This system is being developed as a design-build contract

such that a single entity has responsibility for the design, installation and performance of the complex system throughout the entire facility. Design will be the development of a design criteria package to be used in the system supplier selection.

• Ground Support Equipment (GSE) Building, Central Receiving Building and New Central

Energy Plant (CEP): Generally, these buildings house functions and equipment key to supporting back-of-house functions for the primary terminals. The GSE building houses equipment and provides logistics for ground operations, and design services

Page 108: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

will be through 100%. The Central Receiving Building allows incoming terminal shipments to be appropriately screened away from the terminals and then stored or forwarded onto the airside or landside, and design will be through 60%. The new CEP provides chilled water to the airside and landside terminals and design will be through 100%.

The Office of Small Business Development has reviewed the proposal and determined that HNTB Corporation proposes to achieve 23.2% MWBE and 5.9% LDB participation on this addendum. HNTB Corporation and its Major Subconsultants are committed to achieving the following MWBE and LDB participation: Scope / Firm MWBE LDB • Architect of Record / HNTB Corporation 23% 8%

• Structural Engineer / C&S Engineers, Inc. 15% 4%

• Airfield Civil Engineer / Kimley-Horn & Associates, Inc. 31% 2%

• Landside Civil Engineer / Atkins North America, Inc. 32% 9%

• Mechanical and Plumbing Engineer / Syska Henessy Group, Inc. 22% 4%

• Electrical Engineer / Matern Professional Engineering, Inc. 27% 4%

• Baggage Handling System Engineer / AECOM Technical Services, Inc. 8% 3%

• Ground Support Equipment Engineer / T.Y. Lin International 24% 0% On October 11, 2016, the Construction Committee recommended approval of an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design, Bid and Award Phase Services for W-S00110, South Terminal C (Phase 1) – Architect of Record (and Major Subconsultants) at the Orlando International Airport in the total amount of $30,570,204.25. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $30,570,204.25. Interim funding is from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design, Bid and Award Phase Services for W-S00110, South Terminal C (Phase 1) – Architect of Record (and Major Subconsultants) at the Orlando International Airport, for a total amount of $30,570,204.25, which includes a lump sum fee amount of $30,480,510 and a not-to-exceed reimbursable expenses amount of $89,694.25, with interim funding from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds; and, (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 109: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 23 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for Additional Planning and Design Development Services for WS00117, South Terminal C, Phase 1 – Program Administration and Oversight, at the Orlando International Airport BACKGROUND On April 16, 2014, the Aviation Authority Board approved Addendum No. 4 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for the continuation of general consulting services for the concept refinement of the South Airport Complex at the Orlando International Airport. The scope of services provided for the continued development and refinement of, and coordination between, the South Airport Automated People Mover (APM) project, the South Airport Intermodal Terminal Facility (ITF), and the overall Terminal C and D Facilities for the South Terminal Complex. On February 18, 2015, the Aviation Authority Board approved an Amendment to Addendum No. 4 for the continued development, refinement, and coordination with parallel initiatives that address the these projects as well as coordination with planned future development at the South Airport Complex. On May 20, 2015, the Aviation Authority Board authorized the design of a 16-gate South Terminal at the Orlando International Airport. The Board further authorized staff to proceed immediately with the procurement of professional and construction management firms through release of appropriate Requests for Proposals (RFPs) and Requests for Qualifications (RFQs) related to the design of the first phase of the South Terminal, aka, South Terminal C, Phase 1. On May 21, 2015, RFPs/RFQs were publically advertised for the following selections related to the South Terminal C, Phase 1: Prime Architectural Design Consultant, Architect of Record, Major Subconsultants to the Architect of Record [i.e., Structural Engineer, Mechanical/Plumbing Engineer, Electrical Engineer, Airfield Civil Engineer, Landside Civil Engineer, Baggage Handling System (BHS) Engineer, and Ground Support Equipment (GSE) Systems Specialty Engineer], Technology and Multi-Media Systems Specialty Engineer, Program and Project Management Services Consultants, International Cultural Consultants, Construction Manager at Risk Services for Landside and Airside Terminals, and Construction Manager at Risk Services for Airfield. On August 19, 2015, the Aviation Authority Board approved Addendum No. 23 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for Planning and Design Development Services for WS00117, South Terminal C, Phase 1 – Program Administration and Oversight, at the Orlando International Airport. The scope of services addressed the work elements necessary to further develop passenger terminal facility requirements, refinement of space programs, conceptual airfield design, site utilization, and conceptual design development in coordination with the selected Prime Architectural Design Consultant and other design team members.

CONSENT AGENDA ITEM – AA -

Page 110: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

It is essential that the Master Planning Consultant (i.e., Schenkel & Shultz, Inc.) remain significantly engaged in the South Terminal C, Phase 1, procurement and design phase and continue its involvement. ISSUES A fee has been negotiated with Schenkel & Shultz, Inc. in the not-to-exceed amount of $2,361,687 for Additional Planning and Design Development for WS00117, South Terminal C, Phase 1 – Program Administration and Oversight, at the Orlando International Airport. The scope of services includes conducting planning and design development coordination, further development of passenger terminal facility requirements, coordination of airfield design, providing program oversight, providing technical support, providing design coordination and review, and providing LEED program oversight and technical support services in coordination with the selected Prime Architectural Design Consultant and other design team members. The proposed fee is estimated to cover a period of sixteen months. The Office of Small Business Development has reviewed the proposal and determined that Schenkel & Shultz, Inc. proposes to achieve 15.98% MWBE/LDB participation on this Addendum, and that Schenkel & Shultz, Inc. is eligible for award of these services. On October 11, 2016, the Construction Committee recommended approval of an Amendment to Addendum No. 23 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for Additional Planning and Design Development for WS00117, South Terminal C (Phase 1) – Program Administration and Oversight, at the Orlando International Airport in the total not-to-exceed amount of $2,361,687. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $2,361,687. Interim funding is from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 23 to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for the continuation of general consulting services for Additional Planning and Design Development for WS00117, South Terminal C, Phase 1 – Program Administration and Oversight, at the Orlando International Airport for a total amount of $2,361,687, which includes a not-to-exceed fee amount of $2,353,687, and a not-to-exceed reimbursable expenses amount of $8,000, with interim funding from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds; and, (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 111: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc. for Design, Bid and Award Phase Services for W-S00113, South Terminal C (Phase 1) - Technology and Multi-Media Systems, at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1, Program provides for a world-class domestic and international airport terminal building, consisting of a new airside terminal with 16 to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On August 19, 2015, the Aviation Authority Board authorized the Construction Committee to approve an Addendum to the Professional Services Agreement for WS113, Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1, at the Orlando International Airport, with Burns Engineering, Inc., the first-ranked firm, for the initial services in a not-to-exceed amount up to $1,000,000. On September 8, 2015, the Construction Committee approved Addendum No. 1 to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc. for the initial design and engineering services for Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 at the Orlando International Airport in the total not-to-exceed amount of $1,000,000. On April 20, 2016, the Aviation Authority Board approved Addendum No. 2 to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc., for Partial Technology and Multi-Media Systems Design Phase Services for the South Terminal C, Phase 1, at the Orlando International Airport in the total amount of $5,326,548.50.

CONSENT AGENDA ITEM – BB -

Page 112: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ISSUES A fee has been negotiated with Burns Engineering, Inc. in the total amount of $3,370,668 for Design, Bid and Award Phase Services for W-S00113, South Terminal C (Phase 1) - Technology and Multi-Media Systems, at the Orlando International Airport. The scope of services provides for design, bid and award phase services for the South Terminal C – Phase 1. These services include planning for technology systems, design modeling, design and engineering services including evaluation, studies, design and value engineering services for the Program. Technology systems include Aviation Authority information and communication systems, security systems, utilities and infrastructure, airfield, roadway, traffic and pedestrian management, landscape and irrigation. The Office of Small Business Development has reviewed the proposal and determined that Burns Engineering, Inc. proposes to achieve 14.1% MWBE and 2.8% LDB participation on this Addendum, and that Burns Engineering, Inc. is eligible for award of these services. On October 11, 2016, the Construction Committee recommended approval of an Addendum to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc., for Design, Bid and Award Phase Services for W-S00113, South Terminal C (Phase 1) - Technology and Multi-Media Systems, at the Orlando International Airport, in the total amount of $3,370,668. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $3,370,668. Interim funding is from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to (1) accept the recommendation of the Construction Committee and approve an Addendum to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc. for Design, Bid and Award Phase Services for W-S00113, South Terminal C (Phase 1) - Technology and Multi-Media Systems, at the Orlando International Airport for a total amount of $3,370,668, which includes a lump sum fee amount of $3,365,668, and a not-to-exceed reimbursable expenses amount of $5,000, with interim funding from the Aviation Authority’s Line of Credit with permanent funding from future Revenue Bonds and Aviation Authority Funds; and, (2) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by legal counsel.

Page 113: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: October 19, 2016 ITEM DESCRIPTION Recommendation of the Professional Services Committee to Rank Firms Shortlisted for Continuing Vertical Construction Services at the Orlando International Airport and the Orlando Executive Airport BACKGROUND The current Continuing Vertical Construction Services Agreements expire in January 2017. On July 24, 2016, a notice was publicly advertised requesting letters of interest for continuing vertical construction services at the Orlando International Airport and Orlando Executive Airport. The continuing vertical construction services will be for projects with a contract amount that does not exceed $2 Million, in accordance with Aviation Authority policies. The scope of work to be performed under these continuing vertical construction contracts includes, but is not limited to, general site construction, design-build, foundation, structural, masonry, electrical, plumbing, mechanical, interior and exterior finishes, painting, roofing, furnishings, and other work normally associated with vertical construction. The terms of these continuing contracts shall be for a period of three years with optional renewal periods of two additional one-year terms, to be exercised at the discretion of the Aviation Authority and accepted by both parties. ISSUES On August 24, 2016, ten firms responded to the Aviation Authority’s advertisement for the above referenced services as follows, in alphabetical order: • A2 Group, Inc. • Collage Design and Construction Group, Inc. dba The Collage Companies • Gilbane Building Company • Gomez Construction Company • H. W. Davis Construction, Inc. • Johnson-Laux Construction, LLC • Morganti Group, Inc. (The) • R. L. Burns, Inc. • Sierra Construction Company, Inc. • T&G Corporation dba T&G Constructors

CONSENT AGENDA ITEM – CC -

Page 114: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

On September 26, 2016, the Professional Services Committee (PSC) met to consider the Letters of Interest (LOIs). Based on the LOIs, staff’s evaluation, and past performance on Aviation Authority or related projects, the PSC shortlisted all ten firms for further consideration. On October 3, 2016, the PSC met to consider the shortlisted firms. Each of the shortlisted firms was interviewed and evaluated by the PSC based on the following criteria:

Comprehensive approach Qualifications and experience of firm Qualifications and experience of key personnel License Insurance Bonds Commitment to DBE, MWBE, LDB and SDVOBE participation programs References

The PSC reviewed each firm’s LOI and considered each interview. At the conclusion of the interviews and discussion, the PSC recommended the ranking below. It was the consensus of the PSC that the six top-ranked firms submitted strong LOIs, demonstrated the best understanding of the scope of services advertised, and presented comprehensive detailed responses to all questions posed during the interviews. The PSC recommended entering into continuing agreements with the six top-ranked firms. First: Gomez Construction Company (GCC): GCC provided an excellent LOI, which

included a detailed project approach, and a clear understanding of the services required, and was very responsive during the interview. GCC has a very experienced team with extensive similar work experience. GCC is located in Winter Park and has been in business for over 42 years. GCC’s project manager has over 33 years of construction management experience. GCC’s project experience with the Aviation Authority includes several renovation projects of the Hyatt Regency Orlando; BP-396, Airside 4 FIS Escalator/Elevators at APM (Design/Build); BP-X022, In-Line Baggage Screening System Improvements (Design/Build); BP-404, Refurbish Landside West End Public Restrooms(Design/Build), and BP-423, Refurbish Landside Public Restrooms (Design/Build); BP-403, Flat Plate Bag Claim Replacement (Design/Build) and BP-437, Flat Plate Bag Claim Replacement – Phase 3 (Design/Build); BP-446, Ticket Lobby Program – Oversized Baggage and Infrastructure Relocation; numerous renovations to tenant spaces at the Orlando International Airport, and 230+ projects under its continuing vertical construction services contract. GCC is currently one of the Aviation Authority’s continuing vertical contractors and has performed well during its tenure. GCC provided the required licenses, insurance, and bonding information, and received positive reference responses. GCC is a MBE certified firm and stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Second: H. W. Davis Construction, Inc. (HWD): HWD provided an excellent LOI, which

included a detailed project approach and a clear understanding of the services required, and was very responsive during the interview. HWD has a very experienced team with extensive similar work experience. HWD is located in Orlando and has been in business for over 30 years. HWD’s project manager has over 41 years of construction management experience. HWD’s project experience with the Aviation Authority includes BP-441, Airside 4 Improvements Program – Restroom Renovations, and 280+ projects under its continuing vertical construction services contract. HWD is currently one of the Aviation Authority continuing vertical contractors and has performed well during its tenure. HWD provided the required licenses, insurance, and bonding information, and received positive reference responses. HWD stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Third: R. L. Burns, Inc. (RLB): RLB provided an excellent LOI, which included a

detailed project approach and a clear understanding of the services required, and was responsive during the interview. RLB has a very experienced team with good similar work experience. RLB is located in Orlando and has been in business for over 22 years. RLB’s project manager has over 10 years of

Page 115: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

construction management experience. RLB’s project experience with the Aviation Authority includes BP-427, CCTV Renovation and BP-427B, Passenger and Baggage Screening CCTV System – OTA Mod3, and numerous projects under its continuing vertical construction services contract. RLB is currently one of the Aviation Authority’s continuing vertical contractors and has performed well during its tenure. RLB provided the required licenses, insurance, and bonding information, and received positive reference responses. RLB is a MBE certified firm and stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Fourth: T&G Corporation dba T&G Constructors (T&G): T&G provided a very good LOI,

which included a detailed project approach and a very good understanding of the services required, and was responsive during the interview. T&G is a national firm with a very experienced team with similar work experience. T&G is located in Orlando and has been in business for over 29 years. T&G’s project manager has over 25 years of construction management experience. T&G’s project experience with the Aviation Authority includes BP-341A, Concessions Phase 1 Demolition; BP-377, Southmore Drive Residential Sound Insulation; BP-X014, Airport Fuel Farm Security Improvements; and, 60+ projects under a previous continuing vertical construction services contract which expired in 2008; and numerous tenant projects at the Orlando International Airport. Other project experience includes Miami-Dade College District and Public School Offices; College of Central Florida Appleton Museum of Art; Apopka Middle School; OneBlood; and Orlando Breeze. T&G performed well during its tenure as one of the Aviation Authority’s continuing vertical contractors. T&G provided the required licenses, insurance, and bonding information, and received positive reference responses. T&G is a MBE certified firm and stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Fifth: Collage Design and Construction Group, Inc. dba The Collage Companies

(COLLAGE): COLLAGE provided a very good LOI, which included a detailed project approach and a very good understanding of the services required, and was responsive during the interview. COLLAGE has a very experienced team with similar work experience. COLLAGE is located in Lake Mary and has been in business for over 34 years. COLLAGE’s project manager has over 39 years of construction management experience. COLLAGE’s project experience with the Aviation Authority includes numerous projects under its continuing vertical construction services contract which expired in 1993. Other project experience includes Lynx Central Station and Operations Center; FDOT Sunrail Multi-Modal Transportation Facility; Savannah International Airport; Daytona International Airport; and Orlando-Sanford International Airport. COLLAGE performed well during its tenure as one of the Aviation Authority’s continuing vertical contractors. COLLAGE provided the required licenses, insurance, and bonding information, and received positive reference responses. COLLAGE stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Sixth: Gilbane Building Company (GILBANE): GILBANE provided a very good LOI, which

included a detailed project approach and a very good understanding of the services required, and was responsive during the interview. GILBANE has a very experienced team with similar work experience. GILBANE is located in Orlando and has been in business for over 143 years. GILBANE’s project manager has over 21 years of construction management experience. GILBANE’s project experience includes numerous projects under continuing construction management services contracts with the Florida Department of Management Services, the University of North Florida, Brevard County School Board, and the University of Florida; FedEx Ground Packaging Distribution Center; Northrop Grumman; Lexus XPO Logistics and Distribution Tenant Improvement; Expedia Tenant Improvements; and Florida Hospital - Altamonte Pharmacy Renovations. GILBANE provided the required licenses, insurance, and bonding information, and received positive reference responses. GILBANE stated that it is committed to the Aviation Authority’s DBE, MWBE, SDVOBE and LDB programs.

Page 116: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES The Aviation Authority Board could, upon finding of material error, reject the recommendation of the PSC and direct the PSC to conduct further evaluations consistent with the published selection process and criteria. FISCAL IMPACT There is no fiscal impact. Future addenda will be based on specific tasks of work as assigned and negotiated, and approved in accordance with the Aviation Authority’s policies. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Professional Services Committee and (1) approve the ranking of the firms for continuing vertical construction services at the Orlando International Airport and Orlando Executive Airport as follows: First – Gomez Construction Company; Second – H. W. Davis Construction, Inc.; Third – R. L. Burns, Inc.; Fourth – T&G Corporation dba T&G Constructors; Fifth – Collage Design and Construction Group, Inc. dba The Collage Companies; and, Sixth – Gilbane Building Company; (2) approve a no cost Continuing Vertical Construction Services Agreement with each of the six top-ranked firms; and, (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary contract documents following satisfactory review by legal counsel.

Page 117: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM To: Members of the Aviation Authority From: Stanley J. Thornton, Chief Operating Officer Date: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve the Property Access License Agreement by and between the Greater Orlando Aviation Authority and the Florida Gas Transmission Company, LLC (FGT) and joined by the City of Orlando (the “City”) BACKGROUND FGT is the owner of a fifty (50) foot wide gas transmission easement through the Orlando International Airport (MCO) that contains a 26” high pressure natural gas pipeline. Due to regulatory controls, FGT is required to hydrostatically test a section of the pipeline located at MCO and requires use of the Property for temporary construction workspace and laydown area. ISSUES FGT has requested that the Aviation Authority grant it a Property Access License (License) for a term of 60 days for FGT to accomplish the hydrostatic testing. FGT is paying $1,000 for License. The License area is in the vicinity of Conserv I and just west of Canal Road. The License provides the right to enter an area adjacent to its pipeline easement for construction laydown, to install a temporary wellhead for dewatering of the pipeline work site and utilize one million gallons of surface water from the Tradeport Canal. The License prohibits FGT from releasing any of the test water from the pipeline onto Aviation Authority property. The only water to be discharged on Aviation Authority property is from the dewatering activities. The License obligates FGT to obtain all necessary permits from Florida Department of Environmental Protection and South Florida Water Management District related to its work including, but not limited to, installation of a wellhead and consumptive use of surface waters. It also contains indemnification and insurance requirements that meet the Aviation Authority’s policies. FGT is gaining access to the License property through Conserv I, therefore the City is joining the License specifically as to provision of access. ALTERNATIVES No alternatives are being considered at this time.

CONSENT AGENDA ITEM – DD -

Page 118: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FISCAL IMPACT There is no fiscal impact to the Aviation Authority. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) approve the Property Access License Agreement with Florida Gas Transmission Company, LLC and joined by the City of Orlando; (2) request Orlando City Council concurrence of the Property Access License Agreement; and (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary documents following satisfactory review by Legal Counsel.

Page 119: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve the Use of Capital Expenditure Funds for Project BP-443, Airside 4 Improvements Program – Federal Inspection Station (FIS) / Custom and Border Protection (CBP) Renovation and Wing Expansion at the Orlando International Airport BACKGROUND The Airside 4 Improvements Program is a multi-year program that will consist of multiple projects to achieve the intended scope. The scope of the program may include, but is not limited to, Federal Inspection Station (FIS)/Customs and Border Protection (CBP) improvement and expansion, aircraft gate conversion to international swing gates, aircraft apron and systems improvements, public restroom renovations, and new central chiller plant at the Orlando International Airport. In the future, the scope could be expanded to include facility improvements for finishes and systems (public and non-public areas) and concessions optimization. BP No. 443, Airside 4 Improvements Program – FIS/CBP Renovation and Wing Expansion, at the Orlando International Airport, provides for the renovation and expansion of the FIS, relocation and reconfiguration of the TSA screening, renovation and expansion to the 90s gates to create four swing gates for jumbo aircraft and international service, renovation of the 90s gates for door hardware and egress, replacement of the majority of the HVAC units and extension of the fire alarm system in expanded areas. On June 15, 2016, the Aviation Authority Board approved the award of Project BP-443 to Hensel Phelps Construction Co. and construction activities have begun. ISSUES As a result of pipe failure of the underground utilities at Airside 4, the Aviation Authority has authorized the design of the replacement of the sewer pipe around Airside 4 and installation of a new lift station at the 90s Wing area. The design services in the amount of $111,828 were approved by the Aviation Authority’s Construction Committee on August 16, 2016, with funding from 2015A General Airport Revenue Bonds from the Project BP-443 project contingency. The construction estimate has been developed and will be incorporated into the Project BP-443 as an allowance under a future change order. The construction costs associated with the replacement of the sewer pipe, the additional design costs, construction administration and construction phase Owner’s Authorized Representative (OAR) services fees are required to complete this additional work. An additional contingency will be included to cover any additional costs that may arise during construction. Additional funding in the amount of $2,900,000 is required as follows:

CONSENT AGENDA ITEM – EE -

Page 120: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Amount Services $ 2,000,000 Exterior sewer pipe replacement and 90s gate area lift station $ 200,000 Interior pipe replacement at select locations and re-route other to new

exterior lines $ 111,828 Design services approved by Construction Committee on August 16, 2016 $ 220,000 Construction administration and construction phase OAR services $ 368,172 Project contingency $ 2,900,000 Total Certain unrelated projects have been identified as complete and remaining funds are available to fund these services. The unrelated projects and associated fund amounts are as follows: Source of Funds Amount Computer Based Training Classroom $ 469.80 Airside 1 Wing 5 Tile $ 153.92 OPD Weapons Storage Lock Control $ 460.46 A & B Enplane Drive Planter Repair $ 155,580.00 NMSB2 Panel $ 1,056,000.00 B Garage Stairwell Rehabilitation $ 38,000.00 Employee Parking Lot Rehab $ 7,255.68 Dynamic Signs 80s Wing $ 500,000.00 Landside Emergency Power Design $ 53,249.79 Airside 4 Emergency Power Infrastructure $ 402,573.71 Taxiway A Rehab and Improvements $ 36,384.00 Master Irrigation Control Replacement $ 75,465.80 Airport Roadway Rehab Westside $ 541,412.88 Commercial Lane Remarking $ 12,413.50 Expansion Joint Replacement – Garage $ 11,670.00 Soffit Demolition Enplane Drive A & B Sides $ 7,861.82 Airsides 2 and 4 Guideway Steel Repainting $ 47,949.00 TOTAL $ 2,946,900.36 Excess to Fund Balance ($ 46,900.36) Funding in the amount of $2,900,000 is needed from Capital Expenditure Funds to proceed with sewer line repairs for Project BP-443. Approval by the Aviation Authority Board is necessary for this non-budgeted expenditure. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Fiscal impact is shown above. The reallocation of Capital Expenditure Funds from the unrelated projects as identified above will fund the sewer line repairs. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve (1) the reallocation of Capital Expenditure funds from the fund sources as identified above to Project BP-443, Airside 4 Improvements Program – Federal Inspection Station (FIS) / Custom and Border Protection (CBP) Renovation and Wing Expansion at the Orlando International Airport, in the amount of $2,900,000; and, (2) request Orlando City Council concurrence in the non-budgeted expenditure.

Page 121: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve the Use of Capital Expenditure Funds for Project BP-477, Automated People Mover (APM) Improvements for Airsides 2 and 4 at the Orlando International Airport BACKGROUND The Airside 2 APM vehicles became operational in 2000, and are nearing the end of their useful life and need to be replaced. Project BP-477, Automated People Mover (APM) Improvements for Airsides 2 and 4 at the Orlando International Airport includes the replacement of the Airside APM vehicles and associated infrastructure. Currently, only the Airside 2 APM system replacement is included in the Aviation Authority’s approved Capital Improvement Plan (CIP). Additionally, a Passenger Facility Charges (PFC) application is currently in development which includes funding for the Project BP-477. ISSUES Project BP-477 provides for the design, fabrication, and installation of the Operating System (OS) of two Automated People Mover (APM) systems (i.e., replacement of the two existing OS at Airside 2 and Airside 4) at the Orlando International Airport. These two APM systems are maintained from a common in-line maintenance area, and any replacement of vehicles at Airside 2 should include a review of the entire APM system at Airsides 2 and 4 in order to have multiple vendors considered in the procurement process. The useful life of the Airside 2 APM vehicles expires sooner than the Airside 4 APM vehicles; thus, the replacement of the Airside 4 APM vehicles could be delayed for an extended period of time. At this time, the CIP and PFC application include funding only for the Airside 2 APM vehicle replacement. The Aviation Authority’s Specialty APM and Passenger Rail Systems consultant, Lea + Elliott, Inc. (L+E), has submitted a proposal to provide consulting services to identify opportunities to maximize the flexibility for the Aviation Authority to make a best value selection for the award for the Airsides 2 and 4 APM systems either together or as separate procurements. The services provided by L+E will result in the preparation of a final design criteria package for use when requesting statements of qualifications. Future funding for the Airside 2 APM vehicle replacement is being sought through PFC No. 18. To fund the Airside 4 APM portion of the L+E services, certain unrelated projects have been identified as complete and remaining funds are available to fund the balance. The unrelated projects and associated fund amounts are as follows:

CONSENT AGENDA ITEM – FF -

Page 122: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

Source of Funds Amount Fire Alarm Repairs/Upgrade in Garage B $ 92,346.13 Checkpoint Modifications $ 22,929.53 Asphalt Repairs at Taxiway G and B6 $ 4,768.00 Expansion Joint Replacement – Terminal $ 2,310.00 Computer Based Training Classroom. $ 1,910.34 TOTAL $ 124,264.00 Funding in the amount of $124,264 is needed from Capital Expenditure Funds to proceed with L+E’s services on Project BP-477. Approval by the Aviation Authority Board is necessary for this non-budgeted expenditure. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Fiscal impact is shown above. The reallocation of Capital Expenditure Funds from the unrelated projects as identified above will fund the Airside 4 APM portion. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve (1) the reallocation of Capital Expenditure funds from the fund sources as identified above to Project BP-477, Automated People Mover (APM) Improvements for Airsides 2 and 4 at the Orlando International Airport, in the amount of $124,264; and, (2) request Orlando City Council concurrence in the non-budgeted expenditure.

Page 123: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve the Use of Capital Expenditure Funds for Project V-00831, Airside 1 Passenger Lounge HVAC Upgrade (Design/Build) at the Orlando International Airport BACKGROUND The Aviation Authority has contracted with a tenant to construct a passenger lounge in the Airside 1 Hub that was formerly used as the international passenger exit area. Recent reconfigurations of the international passenger exit process has resulted in a space available for other uses. ISSUES During the design development phase of the tenant build-out project to construct the passenger lounge, it was identified that the Airside 1 HVAC capacity is inadequate to accommodate the anticipated loads of this area. Gomez Construction Company, one of the Aviation Authority’s continuing vertical construction contractors, has provided a proposal to design, furnish and install new HVAC units for the Airside 1 Hub that will address the additional HVAC capacity requirements. Project V-00831 will include the replacement of existing rooftop HVAC units and all associated chilled water piping, electrical, building automated systems controls, and other infrastructure as required. Funding for Project V-00831 has been identified from certain unrelated projects that have been completed and remaining funds are available for reallocation to fund Project V-00831. The unrelated projects and associated fund amounts are as follows: Source of Funds Amount HVAC Replacement Cooling Tower $ 28,269.00 Install A/C in Comm. Room $ 5,640.00 Air Handler Unit 37 Replacement $ 222,000.00 Taxiway A Rehab and Improvements $ 37,388.23 Main Phone Room Electrical Panel $ 12.69 Board Room Equipment Assessment $ 130.00 Airside 1 Wing 5 Tile $ 42.08 TOTAL $ 293,482.00 Funding in the amount of $293,482 is needed from Capital Expenditure Funds to proceed with Project V-00831. Approval by the Aviation Authority Board and Orlando City Council is necessary for this non-budgeted expenditure.

CONSENT AGENDA ITEM – GG -

Page 124: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Fiscal impact is $293,482. The reallocation of Capital Expenditure Funds from the unrelated projects as identified in the memorandum will fund Project V-00831. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve (1) the reallocation of Capital Expenditure funds from the fund sources as identified above to Project V-00831, Airside 1 Passenger Lounge HVAC Upgrade (Design/Build) at the Orlando International Airport, in the amount of $293,482; and, (2) request Orlando City Council concurrence in the non-budgeted expenditure.

Page 125: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Kathleen Sharman, Chief Financial Officer DATE: October 19, 2016 ITEM DESCRIPTION Recommendation to Approve a Resolution of the Greater Orlando Aviation Authority with Respect to Approving and Authorizing Execution of a First Amendment to Revolving Credit Agreement Relating to $100,000,000 Tax-Exempt and Taxable Series 2015 (PNC) Revolving Credit Notes; Authorizing Execution of Amended and Restated $100,000,000 Tax-Exempt and Taxable Series 2015 (PNC) Revolving Credit Notes BACKGROUND The Aviation Authority currently has three line of credit facilities; one is with Wells Fargo in the amount of $250,000,000, entered into July 31, 2015 and expiring on June 29, 2018; one is with Bank of America, N.A. in the amount of $200,000,000, entered into May 22, 2013 and expiring on April 1, 2017; and one is with PNC Bank, N.A. (PNC) in the amount of $100,000,000 entered into November 6, 2015 and expiring on November 5, 2016. The lines of credit are used for the interim financing of various tax-exempt or taxable airport projects. On July 21, 2016, the Finance Committee approved the release of a Request for Proposals for a $100 million Subordinate Short-Term Funding Facility (the “RFP”) and on July 27, 2016, the Aviation Authority released the RFP. Proposals were received by August 15, 2016 from the following financial institutions in alphabetical order:

1. Bank of Tokyo Mitsubishi UFJ, Ltd. 2. JPMorgan Chase Bank, N.A. 3. PNC Bank, National Association 4. RBC Capital Markets, LLC

An Ad Hoc Committee consisting of the Chief Financial Officer, Senior Director of Administration and Technology and Director of Internal Audit were appointed to evaluate the proposals. Sylvia Dunlap of National Minority Consultants and Jon Eichelberger of Raymond James provided support with the evaluation process. Doug Starcher of Broad and Cassel provided legal counsel. The Committee met on September 9, 2016 to review the responses to the RFP and rank the financial institutions whose proposals were most advantageous to the Authority. The Committee deemed only two banks responsive and made the following recommended ranking to the Finance Committee on September 21, 2016: 1) RBC and 2) PNC. RBC offered a three-year term, has a strong credit rating and competitive rate structure, and confirmed their willingness to enter into an agreement similar to our existing Revolving Credit Agreement with certain modifications. PNC offered lower rates and fees, however, offered only a one-year term. PNC proposed a one-year facility and stated that they would consider a one year extension to the existing Revolving Credit Agreement upon mutual agreement of both parties to any revised terms and conditions proposed by PNC for such extension. The Finance Committee accepted the Ad Hoc Committee’s recommendation to rank RBC the first ranked proposer, and PNC as second ranked proposer and authorized staff and legal counsel to begin negotiations with the firms in ranked order.

CONSENT AGENDA ITEM – HH -

Page 126: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

ISSUES

Negotiations commenced between RBC and Authority staff with the assistance of legal counsel. Although RBC and the Authority made considerable effort to reach an agreement on terms similar to the existing Revolving Credit Agreement, negotiations were unsuccessful due to a number of proposed changes to the Authority’s form agreement that the Authority was unwilling to accept. Under the approval received at the Finance Committee meeting, Authority staff with assistance of legal counsel, then began negotiation with PNC as the second ranked proposer. PNC agreed to extend the existing PNC line of credit facility for a period of one year, using the Authority’s form of agreement, with modifications to the interest rates as proposed in their response to the RFP. Authority staff recommends approval of the Resolution (attached) with respect to approving and authorizing the execution of a first amendment to the Revolving Credit Agreement with PNC Bank, National Association. The Resolution amends the expiration date to November 6, 2017; amends the unutilized fee to 25 basis points; amends the utilized interest rate to for tax-exempt draws calculated as 70% of the LIBOR monthly floating rate plus 47 basis points and for taxable draws the interest rate is calculated at LIBOR monthly floating rate plus 70 basis points.

ALTERNATIVES

The Aviation Authority Board could reject the recommendation of staff which could jeopardize the Authority’s ability to award early GMP contracts on the South Terminal Complex by January 2017 and is not recommended.

FISCAL IMPACT

Unutilized fees are budgeted and paid from the Operations and Maintenance Fund and interest on the draws will be reimbursed from the proceeds of the permanent financing source.

RECOMMENDED ACTION

It is respectfully requested that the Aviation Authority Board resolve to (1) approve the first amendment to the Revolving Credit Agreement with PNC Bank, N.A.; (2)request Orlando City Council concurrence with this amendment with PNC Bank, N.A; and (3) authorize the Chairman, Vice Chairman or other Authorized Officer of the Aviation Authority and the Secretary or Assistant Secretary of the Aviation Authority to approve the final form of these and all related documents and execute them accordingly subject to satisfactory review by legal counsel.

Page 127: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

RESOLUTION

A RESOLUTION OF THE GREATER ORLANDO

AVIATION AUTHORITY WITH RESPECT TO APPROVING AND AUTHORIZING EXECUTION OF A FIRST AMENDMENT TO REVOLVING CREDIT AGREEMENT RELATING TO $100,000,000 TAX-EXEMPT AND TAXABLE SERIES 2015 (PNC) REVOLVING CREDIT NOTES; AUTHORIZING EXECUTION OF AMENDED AND RESTATED $100,000,000 TAX-EXEMPT AND TAXABLE SERIES 2015 (PNC) REVOLVING CREDIT NOTES; MAKING CERTAIN COVENANTS AND AGREEMENTS IN CONNECTION THEREWITH; PROVIDING CERTAIN OTHER DETAILS WITH RESPECT THERETO; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE FOR THIS RESOLUTION.

WHEREAS, the Greater Orlando Aviation Authority (the "Authority") was

created by the Greater Orlando Aviation Authority Act, Chapter 98-492, Laws of Florida 1998, as recodified and amended (the "Act"), as an agency of the City of Orlando, Florida (the "City"); and

WHEREAS, the Orlando International Airport (the "Airport") is owned by the City and pursuant to an original agreement dated September 27, 1976, as amended, and particularly as amended and restated by an agreement dated August 31, 2015, the City transferred to the Authority custody, control and management of the Airport for a period which will expire, subject to certain conditions, on September 30, 2065; and

WHEREAS, the Authority adopted an Airport Facilities Revenue Bond Resolution Authorizing Airport Facilities Revenue Bonds of the City of Orlando, Florida on June 13, 1978, the current version of which was adopted by the Authority and the City and effective as of July 31, 2015, as amended and supplemented from time to time (collectively, the "Airport Facilities Bond Resolution"); and

WHEREAS, the Authority has also adopted certain amendments to the Airport Facilities Bond Resolution (the "Bondholder Amendments") including, but not limited to, amendment to the flow of funds to allow and provide for the payment of Secondary Subordinated Indebtedness (as defined in the Bondholder Amendments), such amendments requiring the consent of a majority of the holders of Bonds issued under the Airport Facilities Bond Resolution, with an effective date upon receipt of all consents

Page 128: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

2

required under the Airport Facilities Bond Resolution and satisfying other requirements of the Airport Facilities Bond Resolution; and

WHEREAS, pursuant to the Act, the Authority has the power to acquire, construct, reconstruct, operate, maintain, extend and improve the Airport System (as defined in the Airport Facilities Bond Resolution); and

WHEREAS, pursuant to the Airport Facilities Bond Resolution, the Authority is authorized to issue Subordinated Indebtedness (as defined in the Airport Facilities Bond Resolution) for various purposes including the financing of extensions, improvements and betterments to the Airport System; and

WHEREAS, the Authority has previously entered into a Revolving Credit Agreement, dated November 6, 2015 (the "Series 2015 Credit Agreement"), between the Authority and PNC Bank, National Association (the "Series 2015 Bank") to provide up to an aggregate amount of $100,000,000 for interim financing for certain Airport System projects and the obligation to repay amounts borrowed thereunder is evidenced by the $100,000,000 Series 2015 (PNC) Revolving Credit Note (AMT) (PNC Bank) and the $100,000,000 Taxable Series 2015 (PNC) Revolving Credit Note (PNC Bank) (collectively, the "Series 2015 (PNC) Revolving Credit Notes"); and

WHEREAS, subsequent to the issuance of the Series 2015 (PNC) Revolving Credit Notes, the Authority entered into that certain Amended and Restated Master Subordinated Indenture of Trust dated as of July 1, 2016, as supplemented by that certain First Supplemental Subordinated Indenture of Trust dated as of July 1, 2016 (collectively the "Subordinated Indenture"), each with U.S. Bank National Association, as trustee; and

WHEREAS, the Authority and the Series 2015 Bank now desire to enter into a First Amendment to Revolving Credit Agreement attached as EXHIBIT A hereto (the "Series 2015 First Amendment") to modify the Series 2015 Credit Agreement to reflect an extension of the maturity date from November 5, 2016 to November 6, 2017 and modification of the interest rates, together with other related changes; and

WHEREAS, the Authority further desires to delegate to the Chairman or the Vice Chairman or any Authorized Officer (within the meaning of the Airport Facilities Bond Resolution) of the Authority the authority to take such further actions and to execute and deliver any further documents, certificates, agreements and instruments with respect to the Series 2015 First Amendment.

NOW THEREFORE, BE IT RESOLVED BY THE GREATER ORLANDO AVIATION AUTHORITY AS FOLLOWS:

SECTION 1. AUTHORITY FOR THIS RESOLUTION. This Resolution is adopted and implemented pursuant to the authority of the Act.

Page 129: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

3

SECTION 2. DEFINITIONS. All terms used herein in capitalized form, except as otherwise defined herein, shall have the meanings ascribed thereto in the Series 2015 First Amendment.

SECTION 3. APPROVAL OF SERIES 2015 FIRST AMENDMENT. The Authority hereby approves the form of the Series 2015 First Amendment attached hereto as EXHIBIT A, subject to such changes, insertions, omissions and filling of blanks therein may be made in such form in a manner consistent with the terms of this Resolution and approved by the officer of the Authority executing the Series 2015 First Amendment, such execution to be conclusive evidence of such approval. The Chairman, Vice Chairman or any Authorized Officer and the Secretary or Assistant Secretary of the Authority are hereby authorized to execute and deliver the Series 2015 First Amendment, and any and all documents referenced therein and related to the performance thereof, on behalf of the Authority in substantially the form attached hereto with such changes, insertions, omissions and filling of blanks as the Chairman, Vice Chairman or any Authorized Officer shall approve.

SECTION 4. COMPLIANCE WITH SUBORDINATED INDENTURE. The Series 2015 (PNC) Revolving Credit Notes shall continue to be deemed "Line of Credit Indebtedness" which constitutes "Other Parity Indebtedness" as such terms are defined in the Subordinated Indenture. The Authority's resolution adopted on September 16, 2015 approving the Series 2015 Credit Agreement and issuance of the Series 2015 (PNC) Revolving Credit Notes, together with this Resolution, shall constitute the Issuing Instrument (as defined in and required by the Subordinated Indenture) for the Series 2015 (PNC) Revolving Credit Notes. The Series 2015 (PNC) Revolving Credit Notes shall continue to be paid and secured in the manner described in the Series 2015 Credit Agreement and in accordance with the Airport Facilities Bond Resolution and the Subordinated Indenture. Authentication of the Series 2015 (PNC) Revolving Credit Notes shall not be required pursuant to Section 4.04 of the Subordinated Indenture; provided, however, U.S. Bank National Association shall continue to serve as Paying Agent (as defined in the Subordinated Indenture.

SECTION 5. GENERAL AUTHORIZATION. The Authorized Officers and the Secretary or Assistant Secretary, and such other officers and employees of the Authority as may be designated by the Authorized Officers, are each designated as agents of the Authority in connection with the delivery of the Series 2015 First Amendment and amended and restated Series 2015 (PNC) Revolving Credit Notes, and are authorized and empowered, collectively or individually, to take all action and steps and to execute all instruments, documents, agreements and contracts on behalf of the Authority that are necessary or desirable in connection with the execution and delivery of the Series 2015 First Amendment and Series 2015 (PNC) Revolving Credit Note as contemplated therein.

SECTION 6. SEVERABILITY AND INVALID PROVISIONS. If any one or more of the covenants, agreements or provisions herein contained shall be held contrary to any express provision of law or contrary to the policy of express law, even

Page 130: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

4

though not expressly prohibited, or against public policy, or shall for any reason whatsoever be held invalid, then such covenants, agreements or provisions shall be null and void and shall be deemed separable from the remaining covenants, agreements or provisions and shall in no way affect the validity of any of the other covenants, agreements or provisions hereof.

SECTION 7. EFFECTIVE DATE. This Resolution shall become effective immediately upon its adoption.

This Resolution was approved and adopted by the Greater Orlando Aviation Authority on October 19, 2016.

GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher, Chairman

ATTEST: By: Dayci S. Burnette-Snyder, Assistant Secretary

Page 131: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

EXHIBIT A

FORM OF SERIES 2015 FIRST AMENDMENT

Page 132: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

FIRST AMENDMENT TO

REVOLVING CREDIT AGREEMENT

between

GREATER ORLANDO AVIATION AUTHORITY

and

PNC BANK, NATIONAL ASSOCIATION

Dated November 6, 2015

This Amendment Dated November 4, 2016

Page 133: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

1

This FIRST AMENDMENT, dated November 4, 2016 (the "First Amendment") is made and entered by and between the GREATER ORLANDO AVIATION AUTHORITY (the "Authority") and PNC BANK, NATIONAL ASSOCIATION (the "Bank"), and amends the Revolving Credit Agreement, dated November 6, 2015 (the "Credit Agreement"). Capitalized terms used herein shall have the meanings set forth in the Credit Agreement.

W I T N E S S E T H

WHEREAS, the Authority and the Bank have previously entered into the Credit Agreement providing to the Authority a revolving line of credit under which funds may be borrowed by the Authority to provide interim financing for costs of airport capital projects.

WHEREAS, the obligations of the Authority to repay amounts borrowed and other amounts payable thereunder are evidenced by the Authority's $100,000,000 Series 2015 (PNC) Revolving Credit Note (AMT) (PNC Bank) and $100,000,000 Taxable Series 2015 (PNC) Revolving Credit Note (PNC Bank) (collectively, the "Series 2015 (PNC) Revolving Credit Notes").

WHEREAS, the Authority and the Bank desire to amend certain terms of the Credit Agreement.

NOW, THEREFORE, in consideration of the premises and the mutual covenants herein set forth and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties do hereby agree as follows:

SECTION 1. REPRESENTATIONS AND WARRANTIES OF THE AUTHORITY. The Authority represents and warrants to the Bank (which representations and warranties shall survive the delivery of this First Amendment) that:

(A) Power and Authority. The Authority is duly authorized under all applicable provisions of law to execute, deliver and perform this First Amendment and all actions on its part required for the lawful execution, delivery and performance hereof have been duly taken; and this First Amendment, upon the execution and delivery hereof, will be the valid and binding obligation of the Authority enforceable in accordance with its terms. The execution and performance of this First Amendment, and the fulfillment of or compliance with the provisions and terms hereof, will not (1) conflict with, or result in a breach of the terms, conditions or provisions of, or constitute a violation of or default under any applicable law, regulation, judgment, writ, order or decree to which the Authority or any of its properties is subject, or any agreement or instrument to which the Authority is now a party, (2) create any lien, charge or encumbrance upon any of the property or assets of the Authority pursuant to the terms of any agreement or instrument (other than the Credit Agreement) to which the Authority is a party or by which the

Page 134: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

2

Authority or any of its properties, are bound, or (3) constitute a default under or violate any provision of any agreement or instrument or other undertaking to which the Authority is a party or which purports to be binding upon the Authority or any of its properties.

(B) No Default. The Authority is not in default in the performance, observance or fulfillment of any of its obligations, covenants or conditions contained in the Credit Agreement or the Series 2015 (PNC) Revolving Credit Notes.

(C) No Untrue Statements. The representations and warranties of the Authority in Section 13 of the Credit Agreement are true and correct in all material respects on the date hereof (other than the representations and warranties of the Authority in Section 13(d) Financial Statements of the Credit Agreement, which are superseded by the representation and warranty of the Authority set forth in (D) below).

(D) Financial Condition. The financial statements of the Authority for the year ended September 30, 2015, copies of which have been furnished to the Bank, have been prepared in accordance with generally accepted accounting principles and present fairly the financial condition of the Authority as of such date and the results of its operations for the period then ended. Since such date, there has been no material adverse change in the financial condition, revenues (including, without limitation, Airport Revenues), properties or operations of the Authority.

SECTION 2. REPRESENTATIONS OF THE BANK. The Bank represents and warrants to the Authority (which representations and warranties shall survive the delivery of this First Amendment) that the Bank is duly authorized under all applicable provisions of law to execute, deliver and perform this First Amendment and all actions on its part required for the lawful execution, delivery and performance hereof have been duly taken; and this First Amendment, upon the execution and delivery hereof, will be the valid and binding obligation of the Bank enforceable in accordance with its terms. The execution and performance of this First Amendment, and the fulfillment of or compliance with the provisions and terms hereof, will not conflict with, or result in a breach of the terms, conditions or provisions of, or constitute a violation of or default under any applicable law, regulation, judgment, writ, order or decree to which the Bank is subject, or any agreement or instrument to which the Bank is now a party.

SECTION 3. AMENDMENTS TO THE CREDIT AGREEMENT AND SERIES 2015 (PNC) REVOLVING CREDIT NOTES. The Credit Agreement and the Series 2015 (PNC) Revolving Credit Notes are amended as follows:

(A) Amendment of Expiration Date. The first paragraph of Section 3 of the Credit Agreement is hereby amended and restated to read as follows:

Page 135: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

3

"The Authority may borrow, repay, and re-borrow amounts under the Series 2015 (PNC) Revolving Credit Notes from time to time, so long as the total principal outstanding at any one time does not exceed the Authorized Amount. Amounts borrowed are to be used by the Authority solely to fund, reimburse and refinance Project Costs or other uses of Authority funds permitted by the Senior Bond Resolution. The Bank's obligation to advance or re-advance under the Series 2015 (PNC) Revolving Credit Notes shall be suspended for such time as the Authority is in Default (without regard to any applicable grace periods) under the Series 2015 (PNC) Revolving Credit Notes or hereunder and in any event shall expire on November 6, 2017, unless renewed or extended by the Bank and the Authority pursuant to the following sentence. If the Authority desires to renew or extend the expiration date it shall provide its written request to the Bank at least 90 days in advance of such expiration date and, in their respective sole discretion and upon such terms then-satisfactory to the Bank and the Authority, the expiration date shall automatically extend to November 6, 2018.

(B) Amendment of Maturity Date.

(i) Section 4 of the Credit Agreement is hereby amended to read as follows:

"The Loan shall be evidenced by the Series 2015 (PNC) Revolving Credit Notes. The Series 2015 (PNC) Revolving Credit Notes shall be dated as of the date of initial delivery thereof; shall mature on November 6, 2017 (unless otherwise renewed or extended in accordance with Section 3 hereof); and shall be in registered form. The Tax-Exempt Series 2015 (PNC) Revolving Credit Note shall be in the form set forth as Exhibit A hereto, and shall be payable as to principal and interest, bear interest at the rate, subject to adjustment, and shall be prepayable and have the other terms, all as set forth on Exhibit A hereto. The Taxable Series 2015 (PNC) Revolving Credit Note shall be in the form set forth as Exhibit B hereto, and shall be payable as to principal and interest, bear interest at the rate, subject to adjustment, and shall be prepayable and have the other terms, all as set forth on Exhibit B hereto. Interest on the Series 2015 (PNC) Revolving Credit Notes shall be calculated on a 365 day year, based on actual days elapsed."

(ii) The maturity dates of the Series 2015 (PNC) Revolving Credit Notes are hereby amended to November 6, 2017 and, upon renewal in accordance with the terms of the Section 3 hereof, shall be amended to November 6, 2018.

(C) Amendment to Unused Fee. Section 10(e)(i) of the Credit Agreement is hereby amended and restated to read as follows:

Page 136: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

4

"(i) In addition to any other fees payable hereunder, the Authority shall pay to the Bank a non-refundable fee in the amount of (A) 25 basis points (0.25%) per annum divided by 365, multiplied by (B) the Authorized Amount less the average daily balance of the principal amount of all outstanding Advances for the preceding three months (or such lesser period as the Series 2015 (PNC) Revolving Credit Notes have been outstanding and, in the case of the first payment, and exclusive of the period from the date of this Credit Agreement through and including the forty-fifth (45th) day thereafter), such fee to be payable in arrears (x) on January 1, 2017, and (y) thereafter quarterly on the first day of each January, April, July and October and on the date on which any obligation of the Bank to make further Advances permanently terminates; provided, however, no unused fee shall be payable during any period in which the Bank has suspended Advances."

(D) Amendment to Interest Rate on Series 2015 (PNC) Revolving Credit Notes. The formula for determining the interest rate on the Series 2015 (PNC) Revolving Credit Notes, as set forth in the first sentence of the second paragraph of the respective forms of the Series 2015 (PNC) Revolving Credit Notes attached to the Credit Agreement, are hereby amended and restated to read as follows:

(i) With respect to the Tax-Exempt Series 2015 (PNC) Revolving Credit Note:

"This Tax-Exempt Series 2015 (PNC) Revolving Credit Note shall bear interest on the amount of Outstanding Principal at a fluctuating rate of interest at all times equal to the sum of (i) seventy percent (70%) of the LIBOR Monthly Floating Rate, plus (ii) 47 basis points (0.47%), payable monthly on the first (1st) day of each calendar month."

(ii) With respect to the Taxable Series 2015 (PNC) Revolving Credit Note:

"This Taxable Series 2015 (PNC) Revolving Credit Note shall bear interest on the amount of Outstanding Principal at a fluctuating rate of interest at all times equal to the sum of (i) the LIBOR Monthly Floating Rate, plus (ii) seventy basis points (0.70%), payable monthly on the first (1st) day of each calendar month."

(E) Amendment to Definition of Taxable Rate on Tax-Exempt Series 2015 (PNC) Revolving Credit Note. The definition of "Taxable Rate" as set forth in Schedule A of the form of Tax-Exempt Series 2015 (PNC) Revolving Credit Note attached to the Credit Agreement, is hereby amended and restated to read as follows:

Page 137: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

5

"Taxable Rate" means a rate equal to the LIBOR Monthly Floating Rate plus seventy basis points (0.70%).

SECTION 4. CONTINUING FORCE AND EFFECT. The Credit Agreement, as amended by this First Amendment, shall remain in full force and effect.

(F) Amendment of Series 2015 (PNC) Revolving Credit Notes. The Series 2015 (PNC) Revolving Credit Notes shall be amended and restated in their entirety to reflect the amendments set forth in this First Amendment.

SECTION 5. COUNTERPARTS. This First Amendment may be executed simultaneously in several counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument.

SECTION 6. SEVERABILITY. The invalidity or unenforceability of any one or more phrases, sentences, clauses or sections contained in this First Amendment shall not affect the validity or enforceability of the remaining portions of this First Amendment, or any part thereof.

SECTION 7. GOVERNING LAW. This First Amendment shall be governed by and construed in accordance with the laws of the State of Florida without regard to conflict of law principles.

SECTION 8. EFFECTIVENESS. This First Amendment shall become effective when executed and delivered by the last party to execute this First Amendment.

[SIGNATURE PAGE FOLLOWS]

Page 138: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

6

[SIGNATURE PAGE TO FIRST AMENDMENT]

IN WITNESS WHEREOF, the parties hereto have duly executed this First Amendment as of the date first above written.

GREATER ORLANDO AVIATION AUTHORITY

(SEAL) By: Chairman ATTEST: By: Assistant Secretary

PNC BANK, NATIONAL ASSOCIATION

By: Senior Vice President

Page 139: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Executive Director DATE: October 19, 2016 ITEM DESCRIPTION Notification of Executive Director Approvals for October Board Meeting BACKGROUND The attached list represents contracts executed by the Executive Director requiring notification to the Board. The following list represents contract(s) recommended by the Professional Services Committee (PSC) to be executed by the Executive Director requiring notification to the Aviation Authority Board: • Approval of an Addendum to the Financial Consulting Services

Agreement with Albert E. Sampey, CPA, for Financial Services to the Risk Management Department. [Reference PSC meeting September 27, 2016].

INFORMATION ITEM – A -

Page 140: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

1

Action Competition Vendor Committee Approval Cost Funding Description of

Goods or Service Term Date Signed

Award RFQ 92279-16 Gexpro CPC

8/30/16 $163,450.00 O & M Fund

Purchase of (6) six types of LED Light Fixtures, to be provided on an as needed basis.

12 Month Term 9/8/2016

Award RFQ 92341-16

Adaptive Communications

CPC 9/12/16 $199,998.00 O & M Fund

Purchase of Aruba Equipment as follows; (200) two hundred Access Point Devices and (200) two hundred Ceiling Mounted Antennas to support the ongoing Authority-wide WiFi Technology Upgrade Project.

One Time purchase 9/23/2016

Amendment No. 1 - Option Renewal

GOAA - Bid 02-14

New Image Upholstery, Inc.

PM Memo 6/16/16 $98,595.00 O & M Fund Rattan/ Wicker Chair

Repair Service 12 Month

Term 9/13/2016

Amendment No. 2 - Option Renewal

GOAA - Bid 09-13 Dunbar Armored, Inc. PM Memo

7/27/16 $8,181.22 O & M Fund Armored Car Services 12 Month Term 9/12/2016

PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016

Page 141: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

2

Action Competition Vendor Committee Approval Cost Funding Description of

Goods or Service Term Date Signed

PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016

Amendment No. 1 - Inc in Value No. 1/ Option Renewal

GOAA BidPS-367 MBO Partners, Inc. PM Memo

6/8/16 $90,000.00 O & M Fund

Business Continuity Policy (BCP) Consulting Services - Additional 140 hours due to a move to SharePoint which required a rework of plans, updates and training, along with additional joint exercises due to new team members. (Increase Value - $25,000)

Inc In Value: Remainder

of the Contract through 11/10/16 Opt. 1: Term

11/11/16 - 11/10/17

9/12/2016

Amendment No. 2 - Inc in Value No. 2

GOAA Bid 22-13

Covenant Aviation Security, LLC

CPC 6/13/2016 $235,000.00 O & M Fund

Personnel Screening Svcs - Additional positions (24 hour coverage for 10 weeks) for terminal screeners at East and West Check Points.

Remainder of the

Contract through

10/31/16.

8/16/2016

Page 142: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

3

Action Competition Vendor Committee Approval Cost Funding Description of

Goods or Service Term Date Signed

PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016

Amendment No. 6 - Inc in Value No. 1

GOAA Bid 13-14

Schindler Elevator Corp.

CPC 8/5/16 $9,983.97 O & M Fund

Elevators, Escalators & Moving Sidewalks Maintenance & Repairs - Return to service of one (1) Hydraulic Elevator (P61) on 9/1/16 for 9 months - maintenance & repair services.

Remainder of Contract

through5/31/17

9/12/2016

Amendment No. 1 - Inc in Value No. 1

GOAA Bid 16-14

First Choice Research and Investigations. Inc.

PM Memo 8/26/16 $15,000.00 O & M Fund

Comprehensive Pre-Employment Background Investigation - Increase required due to an increase in hiring of employees during the initial term of the contract.

Remainder of Contract

through6/30/17

9/12/2016

Amendment No. 6 - Contract Adjustment

GOAA BidPS-315

Applications Software Technology (AST)

PM Memo 7/22/16 $40,200.00 O & M Fund

Oracle E-business Suite Consulting Services - Scope of Services #5, Configuration of Grants Project Module.

Remainder of Contract through 09/30/16

9/8/2016

Page 143: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Executive Director DATE: October 19, 2016 ITEM DESCRIPTION Notification of Release of RFP/RFB/RFQ’S BACKGROUND The attached list represents the release of documents for different services at the Aviation Authority. Please let me know if you have any questions concerning the attached.

INFORMATION ITEM – B -

Page 144: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

NOTIFICATION OF RELEASE OF RFP/IFB/RFQ and Committee Dates for October 2016

TYPE OF RELEASE SERVICE/TYPE RELEASE

DATE Committee and Date

AWARD DATE SCOPE/SERVICE VALUE/TERM REASON

IFB Recyclable Cardboard Hauling Services

Oct. 2016 November 2016

Executive Director Approval

Recyclable Cardboard Hauling-this is a shared revenue contract.

Zero Current Contract Expiring

OEC ARFF Aerial Apparatus Sep. 2016 October 2016

December 2016 Board

Meeting

Piggyback agreement from Orange County Fire Department

$1,200,000 One time purchase

New Contract

OEC Various Motorola Radios

Oct. 2016 November 2016

December 2016 Board

Meeting

Various radios for the Authority via piggyback agreement with Orlando/Orange County contract

$870,000 One time purchase

New Contract

RFP Third Party Administrator

Oct. 2016 December 2016

Executive Director Approval

Third Party Administrator for insurance $170,000 3 Years w/2 one year options

Current Contract Expiring

IFB Smoke/Fire & Overhead Door Maintenance and Repair

Oct. 2017 December 2016

January 2017 Board

Meeting

Smoke/Fire and Overhead Door Maintenance and Repair Services

$500,000 3 years w/2 one year options

Current Contract Expiring

RFP Professional Services for Continuing Program and Project Management Services (OAR Prime Entity) (W352

Nov. 2016 February 2017

March 2017 Board

Meeting

Continuing Program and Project Management Services (OAR Prime Entity) (W352) The Services include the performance of Program and Project Management and related services, which may be required where the Authority elects not to solicit letters of interest by means of public advertisement. The Services may include, but are not limited to, all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts and/or Construction Management at Risk Contracts; management of the construction and commissioning of projects including performing as the Owner’s Authorized Representative (OAR); provide material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both

Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional one-year terms, to be elected at the discretion of the Aviation Authority. The Authority intends, but is not obligated, to enter into non-exclusive agreements with a minimum of two (2) selected proposers to perform the required Services

Current continuing agreements expire in May 2017

Page 145: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

design and construction activities; and, negotiating contracts for program and project related professional and construction services required from the Authority’s other consultants and contractors, and all other related services including coordination with the Authority, its Consultants, the City of Orlando and all agencies having jurisdiction over the Airport. The Services may also include studies and preparation of reports involving scope definition and validation of projects, evaluation and documentation of existing conditions; design, bid/procurement and award, design/build, permitting, construction administration, Master Document support, technical support and review of documents prepared by others, design management support on various Authority projects and all other related professional services which may be required where the Authority elects not to solicit letters of interest by means of public advertisement. Proposer shall submit Letters of Interest on the OAR Prime Entity only, with no identification of or reference to any proposed Subconsultants or Subcontractors. The qualifications requirements of this procurement shall be met by the prime proposing entity.

Page 146: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

GREATER ORLANDO AVIATION AUTHORITY

________________________________________________________________ Orlando International Airport

One Jeff Fuqua Boulevard Orlando, Florida 32827-4399

MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: October 19, 2016 ITEM DESCRIPTION Notification of the Professional Services Committee’s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers for Major Trade Packages for the South Airport Automated People Mover (APM) Complex and South Airport Intermodal Terminal Facility (ITF) Complex Programs at the Orlando International Airport BACKGROUND In accordance with the Construction Manager at Risk (CM@R) Agreement with Hensel Phelps Construction Co. for the South Airport Automated People Mover (APM) Complex Program, the CM@R Agreement with Turner-Kiewit Joint Venture for the South Airport Intermodal Terminal Facility (ITF) Complex Program, and the Aviation Authority’s Policies and Procedures 120.10 (Professional Services Committee) and 130.03 (Construction Management Contracts), the CM@R’s proposed lists of prequalified subcontractors/suppliers for each major trade package must be approved by the Professional Services Committee (PSC). Attached is updated cumulative report for Hensel Phelps Construction Co.’s and Turner-Kiewit Joint Venture’s pre-qualified subcontractors/suppliers approved by the PSC through September 27, 2016.

INFORMATION ITEM – C –

Page 147: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 1 of 12

Firm Name Classification Prequalified UnderA&A Electrical MWBE HPA.C. Dellovade, Inc. HP & TKAabot Fence HP & TKAbove the Sill TKAC Signs, LLC DBE/MWBE/LDB HP & TKAce Applications, LLC DBE/MWBE/LDB HPAce Staffing, Inc. TKAcme Barricades, LLC TKAcousti Engineering Co. HPAcurlite Structural Skylights, Inc. HP & TKACY Contractors, LLC DBE/MWBE/LDB HP & TKAdams Brothers Cabinetry TKADF International HP & TKAdvanced Cable Connection, Inc. DBE TKAdvanced Millwork, Inc. TKAED, Inc. DBE TKAerial Innovations, Inc. DBE/MWBE HP & TKA.G. Mauro Co. of Florida, LLC HPA. Harold and Associates DBE TKAIW, Inc. DBE/MWBE/LDB HPAlliance Design and Construction Co. LDB HPAllied Security Holdings, LLC dba Allied Barton Security Services, LLC HP & TKAll-Rite Fencing TKAlpha Insulation & Waterproofing MWBE HP & TKAltamonte Glass & Mirror, Inc. MWBE HP & TKAltel Systems Group TKAlumiglass LLC TKAmbient Technologies, Inc. DBE/MWBE HP & TKAmerican Backflow Services LDB HP & TKAmerican Bridge HPAmerican Eagle TKAmerican Roll-up Door Company HP & TKAnderson Place Construction, LLC DBE/MWBE/LDB HPApplied Environmental Health & Safety, Inc. HPArazoza Brothers Corporation MWBE HPArc Point Labs DBE TKArcher Western Construction, LLC HPArchitectural Glass Services Incorporated HPArchitectural Graphics, Inc. TKArchitectural Sheet Metal HP & TKArdaman & Associates, Inc. TKAssociated Building Specialties, Inc. TK

Page 148: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 2 of 12

Firm Name Classification Prequalified UnderAssociated Cost Engineers, Inc. of Delaware dba ACE Rebar & Construction

DBE HP & TK

Audio Fidelity Communications Corporation dba WhitlockTK

Audio Visual Innovations, Inc. HP & TKAWK Consulting Engineer DBE HP & TKAxios Construction Services, LLC DBE/MWBE/LDB HP & TKB & I Contractors, Inc. HPB&M Masonry, Inc. HPBaker Concrete Construction, Inc. HP & TKBaker Interactive Services, LLC dba Baker Audio Visal TKBanker Steel Company, LLC HP & TKBarton Malow Company HPBauer Foundation Corporation HP & TKBay to Bay Balancing, Inc. HP & TK

Becker Communication, Inc. dba BCI Integrated SolutionsHP & TK

Bergelectric Corp. HPBerkel & Company Contractors, Inc. HP & TKBirdair, Inc. HP & TKBlack and Son Remodeling LLC DBE/MWBE HP & TKBlue Cord Design and Construction, LLC LDB HPBlue Marlin Engineering DBE TKBrace Integrated Services, Inc. TKBrambiers Windows & Walls TKBrasfield & Gorrie, LLC HPBright Future Electric, LLC HPC&K United Sheet Metal and Mechanical, Inc. TK

C.T. Windows d.b.a. Architectural Aluminum Techniques, LLCMWBE HP & TK

Cad Concepts, Inc. DBE/MWBE HP & TKCalifornia Neon Products dba CNP Signs & Graphics TKCampolong Enterprises, Inc. dba DH Striping Co. HPCapri Contractors DBE/MWBE/LDB HP & TKCarter Electric TKCase Atlantic Company HP & TKCastle Constructors Company DBE/MWBE HP & TKCastone Corporation HPCCK Construction Services, Inc. HPCeco Concrete Construction, LLC HPCEMEX Construction Materials of Florida, LLC HPCentral Environmental Services, Inc. HPChampion Painting Specialty Services Corp. DBE/MWBE HP & TK

Page 149: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 3 of 12

Firm Name Classification Prequalified UnderChandler Signs, LP, LLP HPCherokee Enterprises, Inc. DBE/MWBE HP & TKCherry Lake Tree dba Legacyscapes HP & TKChroma Building Corporation TKCirsco TKCives Steel TKCladding Systems, Inc. MWBE HP & TKClayCo Incorporated dba Skyline Elevators DBE/MWBE HPClear Horizon Ventures Company dba Petersen Metals HP & TKCloud 9 Services, Inc. HPCMC Steel Fabricators, Inc. dba CMC Rebar HPCnational Security, LLC dba Comp Security DBE TKCoastal Mechanical Services, LLC HP & TKCollis Roofing, Inc. HPComfort House, Inc. HP & TKComelco, Inc. DBE/MWBE/LDB HPCommercial Companies HPCommercial Millworks, Inc. TKCommercial Systems Group HP & TK

Communications Service Co. of Daytona, Inc. dba Radio OneTK

Competitive Edge Partners & Consulting, LLC DBE TKComplete Dewatering Pumps & Wellpoints HPComprehensive Energy Services, Inc. HP & TKConpilog International Supply DBE/MWBE HP & TKConstruction Recruiters America Staffing, Inc. DBE TKConTech Construction, LLC HPConti Enterprises, Inc. HPCoreslab Structures, Inc. HPCornerstone Construction Services, Inc. MWBE HP & TKCrawford Tracey Corporation HP & TKCrane Rental Corporation HP & TKCreative Mailbox Designs LLC dba Creative Sign Designs HP & TKCreative Terrazzo Systems, Inc. HP & TKCrown Corr HP & TKD&A Construction Group, Inc. DBE/MWBE/LDB HP & TKDannix Painting, LLC MWBE HPDavid Allen Company HP & TKDelaware Elevator of Florida, Inc. HPDemetrius Shack's Painting Service, Inc. DBE TKDesigners West Interiors, Inc. MWBE HP & TKDG Investment Immediate Holdings 3, Inc. dba Convergint Tech. LLC

TK

Page 150: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 4 of 12

Firm Name Classification Prequalified UnderDiebold, Inc. TKDiebold, Incorporated (Security Systems) HPDiversified Supply, Inc. DBE/MWBE/LDB HP & TKDivision Ten Specialties, Inc. HPDixie Metal Products, Inc. TKDon Wood, Inc. HPDora Landscaping Company HPDoudney Sheet Metal Works HPDoyle Dickerson Terazzo HP & TKDywidag Systems International HPE.R. Brownwell & Associates, Inc. DBE HPEAC Errands Unlimited, Inc. dba EAC Cleaning Service DBE/MWBE/LDB HPECO Construction & Maintenance Management, LLC HP & TKecoPreserve, LLC DBE/MWBE/LDB HP & TKEd Waters and Sons Contracting Company HP & TKEden Site Development MWBE HPEidolon Analytic dba Unisource Graphics & Signs DBE/MWBE HP & TKElectrical Services, Inc. HP & TKElectrocomp International, Inc. TKEmpire Office, Inc. HPEndurance Communications & Electrical, LLC DBE/MWBE/LDB HPEnergy Air, Inc. HP & TKEnviro-Tech Systems, Inc. HPEnvironmental Construction, Inc. HPEnvironmental Interiors, Inc. HP & TKER Brownell & Associates DBE TKErie Metal Specialties, Inc. TKExam Plus FL, Corp DBE TKEvans Consoles Incorporated TKFabArc Steel Supply TKFabco Metal Products, Inc. HPFabriTec Structures, LLC HPFairborn Equipment Company, Inc. TKFaours Mirror Corporation HPFidelity Security Agency, LLC DBE/MWBE/LDB HP & TKFine Tune Enterprises, Inc. DBE/MWBE/LDB HP & TKFinishing Systems of Florida, Inc. DBE/MWBE/LDB HP & TKFire & Life Safety America, Inc. HPFire Stop Systems, Inc. HP & TKFive Arrows, Inc., dba Service Painting Corp. HP & TKFive T CO. TKFlorida Business Interiors HP & TKFlorida Door Solutions, Inc. HP & TK

Page 151: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 5 of 12

Firm Name Classification Prequalified UnderFlorida Geodynamics DBE TKFlorida Roofing Solutions, Inc. DBE HP & TKFlorida Structural Steel HP & TKFly & Form Structures, Inc. HPFuna International TKG & C Welding Specialist, LLC DBE/MWBE/LDB HP & TKGableSigns & Graphics TKGarrard Framing & Drywall, Inc. DBE TKGate Precast Company HP & TKGE Investigations, Inc. dba GE Protection MWBE/LDB HP & TKGeneral Caulking and Coatings Company, Inc. HPGenesis VII, Inc. DBE TKGeotechnical Foundation Systems, Inc. HP & TKGibbs & Register, Inc. HPGJP Enterprises, Inc. TKGLF Construction Corporation HPGlobiser, Inc. TKGMF Construction, LLC HPGomez Construction Company MWBE HPG.R.A. Properties dba Bay Janitorial Service TKGracicarl's Services, Inc. DBE/MWBE/LDB HP & TKGreat Southern Contractors HPGreenway Electrical Services TKGreer Tile Company HP & TKGrunau Company, Inc. HPGulf Mechanical Contractors, LLC HP & TKH.L. Pruitt Corp. HP & TKH3 Compuvision DBE TKHamilton Roofing, Inc. HPHarmon, Inc. HP & TKHarper Limbach HP & TKHarris Ventures, Inc. dba Staff Zone TKHartford South HP & TKHarty Tractor Service TKHayward Baker, Inc. HPHD Supply Construction Supply, Ltd. Dba White Cap Construction Supply

HP

Heavenly Hearts Cleaning Services, Inc. DBE/MWBE/LDB HP & TKHeron Electric, Inc. MWBE/LDB HP & TKHill's Fencing, Inc. MWBE HPHire Quest, LLC dba Trojan Labor TKHJ Foundation Company HP & TKHMB Steel Corp MWBE HP & TK

Page 152: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 6 of 12

Firm Name Classification Prequalified UnderHommes Masonry, Inc. dba Toltec Construction MWBE HP & TKHubbard Construction HP & TKHW Davis Construction, Inc. HPHymon Property Maintenance, Inc. DBE TKI.B. Glazing, Inc. dba International Blowe Glazing DBE TKIndustrial Steel, Inc. HP & TKInspection Consulting Services, Inc. DBE/MWBE/LDB HPIntegrated Door Systems, Inc. HP & TKInternational Flooring, Inc. HP & TKISEC, Inc. HP & TKIsis Solutions DBE TKI.T. Consortium, Inc. TKJ. Mori Painting, Inc. DBE/MWBE HPJacob Erecting and Construction TKJBS Engineering Technical Services, Inc. DBE TKJCB Construction, Inc. DBE/MWBE HP & TKJJAG Group, Inc. dba All Team Staffing TKJLS Security Plus, LLC DBE/MWBE HP & TKJMD Building Products LLC DBE TKJMD Global Developers DBE/MWBE HP & TKJohn B Webb & Associates, Inc. DBE/MWBE/LDB HP & TKJohnson Bros. Corporation, a Southland Company HPJohnson Controls, Inc. HP & TKJohnson-Lancaster & Assoc. TKJohnson-Laux Construction DBE HP & TKJones Sign Co., Inc. TKJordans Brothers Construction, LLC HPJ P and Concepts, Company DBE TKJr. Davis Construction Company, Inc. HP & TK

JSC Systems, Inc. dba Jacksonville Sound & CommunicationHP & TK

Julina Management Svc. DBA Handymen for all TKJWP Iron and Fence, LLC DBE/MWBE HP & TKKeenan Hopkins Schmidt & Stowell Contractors, Inc. HPKenpat Central Florida, LLC HP & TKKenpat Fireproofing, LLC HP & TKKHS&S TKKiewit Infrastructures South Co. HPKinetic Multimedia Systems TKKirlin Florida, LLC HP & TKKistler McDougall Corp HP & TKKMG Fence MWBE HPKONE, Inc. HP

Page 153: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 7 of 12

Firm Name Classification Prequalified UnderL&S Diversified DBE TKLab Testing of Central FL dba ARC DBE TKLake Mechanical Contractors, Inc. HP & TKLandmark Civil Services, LLC MWBE HPLays Windows and Doors, LLC LDB HPLavender Lady Plumbing DBE TKLeading Edge Land Services, Inc. TKLeesburg Concrete Company, Inc. HP & TKLeo's Construction Services DBE/MWBE HPLinel, A Division of Mesteck, Inc. HPLotspeich Company, Inc. HPLoyal Waterproofing Construction DBE TKLyndan, Inc. DBE TKM & J Steel TKMader Southeast HPMadrid DBE TKMainstream IP Solutions, Inc. DBE TKMalcom Drilling Co., Inc. HP & TKManzi Metals DBE TKMarkmaster, Inc. TKMartin King Waterproofing, Inc. MWBE HP & TKMaser Consulting, P.A. TKMaverick Constructors, LLC DBE/MWBE HP & TKMC Dean HP & TKMC2, Inc. HP & TKMCC Mechanical HPMcConnie Enterprises, Inc. dba McConnie Fence Co. HPMcGrath Rent Corp. dba Mobile Modular HPMcIntee Construction Services HPMcKenzie's Cleaning, Inc. DBE TKMcLeod General Trades, LLC HPMCS of Tampa, Inc. TKMerit Fasteners Corporation DBE/MWBE HP & TKMeryman Environmental, Inc. MWBE HP & TKMetromont Corporation HPMettron Contracting, Inc. DBE/MWBE HP & TKMidwest Steel, Inc. HP & TKMill-Rite Woodworking Company, Inc. MWBE HPMiller Electric Company TKMJW Consolidated/MJW Fire Protection/MJW Company HPMM Electric of Central Florida, Inc. DBE/MWBE/LDB HP & TKMobile Modular TKModern Plumbing Industries, Inc. HP & TK

Page 154: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 8 of 12

Firm Name Classification Prequalified UnderModular Building Systems International DBE/MWBE/LDB HP & TKModular Space Corporation dba ModSpace HP & TKMohawk Carpet Distribution TKMoretrench Environmental Services HP & TKMorris Allen & Associates, Inc. DBE TKMorton Electric, Inc. HP & TKMountain Top Enterprises, LLC dba Saratoga Roofing & Construction HP & TKMSE² Inc. dba Mader TK

Nadic Engineering Services, Inc. DBE/MWBE/LDB HP & TKNash, Inc. HPNew Age Reprographics, LLC DBE TKNew Energy Service, Inc. HPNew Horizon Construction Services TKNicholson Construction Company HP & TKNortex Modular Leasing and Construction Co. HPN-RG Cladding, LLC HP & TKNR Windows Incorporated MWBE HPOHC Environmental Engineering DBE/MWBE HPOldcastle Building Envelope, Inc. HP & TKOLP Construction, Inc. DBE/MWBE HP & TKOne Source Roofing MWBE/LDB HP & TKOnopa DBE TKOrion Management, LLC HP & TKOrlacon General, Inc. TKO.T. Trans, Inc. DBE TKOwens Steel Company, Inc. TKP & A Roofing and Sheet Metal, Inc. HP & TKPage One Consultants DBE/MWBE/LDB HP & TKPaintsmart USA, Inc. DBE TKPars Construction Services, LLC DBE TKPCL Construction Services HPPeachtree Telecommunications International, LLC DBE HP & TKPece of Mind Environmental, Inc. HPPercopo Coatings Company, LLC DBE HP & TKPhillips & Jordan, Inc. HP & TKPhysical Security, LLC TK

Piney Branch Motors, Inc. dba Allied Trailers Sales & Rentals TKPipeline Mechanical, Inc. HP & TKPlummer Painting & Waterproofing HP & TKPolaris Fire Protection HP & TKPolote DBE TK

Page 155: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 9 of 12

Firm Name Classification Prequalified UnderPower Engineering Group, Inc. DBE/MWBE/LDB HP & TKPtah Entertainment, Inc. dba Sunfire Technology TKPraise Contracting DBE/MWBE/LDB HP & TKPRC Precast, LLC TKPrecast Piling Technology, Inc. HPPrecision 2000, Inc. TKPrecision Balance, Inc. HP & TKPrecision Mechanical, Inc. HPPrecision Paint & Drywall, Inc. MWBE HPPreferred Materials, Inc. (Concrete Division) HPPrentiss II Industries, LLC DBE TKPrime Construction Group, Inc. HPPrime Electrical Services DBE TKProgressive Plumbing, Inc. HP & TKPro-Tech Diversified Services, Inc. HPProtect Video, Inc. DBE/MWBE HP & TKProvisions Construction and Development, Inc. DBE/MWBE/LDB HPProxy Management Group dba Veatic MWBE HPPyramid Masonry Contractors, Inc. HPQuality Cable Contractors, Inc. DBE TKQuality Metals, Inc. HPRAKS Fire Sprinkler DBE HP & TKRandall Mechanical, Inc. HP & TKRCS Civil, Inc. DBE TKRanger Construction Industries, Inc. HP & TKRebah Fabrication, Inc. DBE/MWBE HP & TKRepublic Services TKRichard Flanders Enterprises MWBE HP & TKRL Burns, Inc. DBE/MWBE HP & TKRolling Plains Construction TKRon Kendall Masonry, Inc. HPRW Harris TKS. Saft & Company dba Window Interiors MWBE HPS.I. Goldman Company, Inc. HP & TKSafety Plus International, LLC DBE TKSandra Leppert & Associates, Inc. DBE TKSafway Services, LLC TKSatellite Shelters, Inc. HPSchindler Elevator Corporation HP & TKSecom TKSEMA Construction, Inc. HP & TKSeminole Masonry, LLC HP & TKSharon Shelters dba Shelters Cleaning, LLC DBE TK

Page 156: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 10 of 12

Firm Name Classification Prequalified UnderShaw Contract Flooring Services, Inc. HPSigma Marble & Granite, Inc. HP & TKSignal Perfection LTD TKSimplex Grinnell HP & TKSky Builders USA MWBE/LDB HPSkylight Solutions, LLC HPSMI Cabinetry TKSmith, Broomfield and Howard Construction and Restoration, LLC

MWBE HP

Smith Industries dba Smith Fence Company HP & TKSouth East Business Services, Inc. TKSoutheastern Surveying and Mapping Corporation HP & TKSouthern Fire Protection of Orlando, Inc. HP & TKSouthern Foam Insulation, Inc. TKSouthland Contracting, Inc. HPSouthland Construction, Inc. HPSouthland Rowe Roofing TKSpace Coast Fire and Safety, Inc. HP & TKSpan Systems, Inc. HP & TKSpecco Environmental DBE TKSPR Services, Inc. TKS R Plumbing, Corp. MWBE/LDB HPSTABIL Concrete Products, LLC HP & TKStaging Concepts Acquisition, LLC HPStainless Fabricators, Inc. HP & TKSteel Fab Inc. (Norcross, GA) TKSteel Fabricators LLC (Fabsouth) TKSteel Fabricators, LLC HP & TKSteel, LLC HPStein Steel & Supply Company HPSterling Enterprises, LLC HPSterling Silver Scape & Sod, Inc. DBE/MWBE HPStokes Creative Group, Inc. TKStonhard, Division of StonCor Group, Inc. HP & TKStructured Cabling Solutions, Inc. DBE TKStructurflex HP & TKSunbelt Holding dba Horizon TKSunbelt Metals & Manf. TKSunbelt Rentals TKSunshine Crane Rental TKSuper Sky Products Enterprises, LLC HP & TKSutter Roofing HP & TKTagarelli Construction, Inc. TK

Page 157: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 11 of 12

Firm Name Classification Prequalified UnderTarten X, Inc. dba McLean Lightning Protection TKTaylor, Cotton & Ridley, Inc. TKT & T Construction of Central Florida, Inc. MWBE HP & TKTerracon Consultants, Inc. HP & TKTerry's Electric, Inc. HPTest and Balance Corporation HPTharp Plumbing Systems, Inc. HP & TKThe Goettle Co. TKThe Haskell Company Steel Fabrication Division HPThe Jones Company of South Florida DBE/MWBE HPThe Lane Construction Corporation HP & TKThe Middlesex Corporation HP & TKThe Miller-Clapperton Partnership, Inc. HP & TKThe Namm Group, Inc. dba Artistic Surfaces HP & TKThe New Florida Industrial Electric, Inc. HP & TKThe Redland Company, Inc. HPThe Reinforced Earth Company TKThe RJ Company, Construction & Design DBE TKThe Wilsten Group HPThomas Sign and Awning Company TKThyssenkrupp TKTierra, Inc. DBE/MWBE HPTitan Reinforcing TKTitus Construction Group, Inc. TKTri-City Electrical Contractors, Inc. HPTrinity Eco Energy Solutions, LLC DBE TKTucker Paving, Inc. HPTWS Fabricators TKUCC Group Inc. HPUnited Forming, Inc. HPUnited Grading and Excavating HPUnited Infrastructure Group, Inc. HPUnited Skys, Inc. HP & TKUniversal Engineering Sciences, Inc. HP & TKUniversal Sign, Inc. HP & TKUnlimited Welding, Inc. MWBE HPUSA Fence HP & TKValleyCrest Landscape Development, Inc. HPVCNA Prestige Concrete Products, Inc. HPVintage Painting, Inc. TKVSC Fire & Security, Inc. HP & TKW & J Construction Corporation HPWP Underground Utilities, LLC DBE TK

Page 158: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS

FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC

Up-Dated: 09/27/16 Page 12 of 12

Firm Name Classification Prequalified UnderW.W. Gay Mechanical Contractor, Inc. HPWal-Mark Contracting Group, LLC TK

Walt Dittmer & Sons dba Dittmer Architectural Aluminum TKWaste Management TKWebb Builders Hardware, Inc. dba WBH Industries HPWendt Productions, Inc. dba Wendt Pro DBE TKWest Tampa Glass Company HP & TKWilliams Scotsman, Inc. HP & TKYcommerce DBE/MWBE HP & TK

TOTAL: 470 Firms Classification CountMWBE Firms 88LDB Firms 37DBE Firms 114Non Minority Firms 320

Page 159: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 160: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 161: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

CONSTRUCTION PROGRESS REPORT

For Board Meeting of October 19, 2016

ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

Page 162: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 163: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to
Page 164: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00432-OIA OPTIMIZATION OF PODS C AND D

CONTRACTOR: Walbridge Aldinger Company

A/E: A. Epstein and Sons International, Inc.

OAR: PMA Consultants, LLC

FUNDING: FDOT/PFC/CE/RB/TSA

GOAA CONTACTS:

Sponsor: Airline Division (DeBaere)

Construction: John Carlson

PROJECT COST: $54,636,007.66JPA FM No. 431597-1-94-01

Optimization of Checked Baggage Inspection Systems for modifications to optimize the performance of Checked Baggage Inspection Systems (CBISs) in Pods C and D at the Orlando International Airport, including all required infrastructure improvements.

SCOPE:

STATUS: TSA has provided six high capacity L3’s for Pod D. All BHS installation and commissioning work is complete, with punchlist work in-progress. Installation of the new CCTV cameras and fire alarm system is ongoing and scheduled for completion by the end of October 2016. The ISAT system was placed into service on July 27, 2016, and the run-in testing period is in-progress.

CONSTRUCTION COST:

Original Contract $33,340,000.00

Thru Change Order # 72 $3,174,775.56

Current Contract $36,514,775.56Paid To Date Thru PA # 42 $33,615,402.98

TIME(DAYS)

850

49

899

9.5%

92.1% Time: 143.7%

COMPLETION

06/24/15

08/12/15

NOTICE TO PROCEED: 02/25/13

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 1 of 64

PROJECTS IN CONSTRUCTION

Page 165: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00440-OIA TICKET LOBBY PROGRAM - COMMUNICATIONS ROOMS AND INFRASTRUCTURE

CONTRACTOR: Clancy & Theys Construction Company

A/E: C.T. Hsu & Associates, P.A.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: GARBS

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $12,684,080.00

Construct/renovate 25 communication and electrical rooms, and associated areas and infrastructure at the Orlando International Airport.

SCOPE:

STATUS: The project is 97% complete. Migration efforts continue through October 2016. Installation of the cabinets is 82% complete and installation of the racks is 87% complete. The BBCU are 100% installed and terminated. Installation of the BB fiber is 95% complete, with 91% terminated.

CONSTRUCTION COST:

Original Contract $9,060,000.00

Thru Change Order # 11 $772,598.96

Current Contract $9,832,598.96Paid To Date Thru PA # 22 $8,522,646.20

TIME(DAYS)

330

198

528

8.5%

86.7% Time: 117.0%

COMPLETION

11/30/15

06/15/16

NOTICE TO PROCEED: 01/05/15

ANTICIPATED COMPLETION:

10/31/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 2 of 64

PROJECTS IN CONSTRUCTION

Page 166: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00442-OIA AIRSIDE 4 IMPROVEMENTS PROGRAM - NEW CENTRAL CHILLER PLANT

CONTRACTOR: Austin Commercial LP

A/E: MLM-Martin Architects, Inc.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: LOC/GARBs/PFCs

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $22,558,068.00

Construct a new central chiller plant adjacent to Airside 4 to provide increased cooling, in addition to all of the airsides to be removed from the terminal CHW loop at the Orlando International Airport.

SCOPE:

STATUS: Central Energy Plant (CEP) building is complete. Roadway prep and other site improvement is complete. Start-up of all four chillers is complete. Plant commissioning is complete. Punchlist work is in-progress. City of Orlando final inspections are in-progress.

CONSTRUCTION COST:

Original Contract $15,608,542.00

Thru Change Order # 3 $226,979.81

Current Contract $15,835,521.81Paid To Date Thru PA # 20 $14,614,634.09

TIME(DAYS)

425

26

451

1.5%

92.3% Time: 132.6%

COMPLETION

03/19/16

04/14/16

NOTICE TO PROCEED: 01/20/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 3 of 64

PROJECTS IN CONSTRUCTION

Page 167: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00443-OIA AIRSIDE 4 IMPROVEMENTS PROGRAM - FIS/CBP RENOVATION AND WING EXPANSION

CONTRACTOR: Hensel Phelps Construction Co.

A/E: KBJ Architects, Inc.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: LOC/Rev.Bonds/PFCs

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $86,629,940.00

Federal Inspection Station (FIS)/Customs and Border Protection (CBP) improvement and expansion, aircraft gate conversion to international swing gates, and aircraft apron and systems improvements at Airside 4 at the Orlando International Airport.

SCOPE:

STATUS: Site work started in September 2016 with conduit installation for the new 400hz Point of Use (POU) systems. New 400Hz conduits have been installed and conduit terminations into the transformer pads are in-progress. Transformers are to be set and OUC wires pulled in late October 2016. Foundation work for the new TSA office addition is in-progress. Preparations to move the CEP offices into the 90s Wing are in-progress.

CONSTRUCTION COST:

Original Contract $69,692,000.00

Thru Change Order # 6 $7,719,796.71

Current Contract $77,411,796.71Paid To Date Thru PA # 1 $3,816,928.80

TIME(DAYS)

486

0

486

11.1%

4.9% Time: 17.3%

COMPLETION

11/02/17

11/02/17

NOTICE TO PROCEED: 07/05/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 4 of 64

PROJECTS IN CONSTRUCTION

Page 168: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00444-OIA RECAPITALIZATION OF PODS A & B

CONTRACTOR: Jervis B. Webb Company

A/E: A. Epstein and Sons International, Inc.

OAR: PMA Consultants, LLC

FUNDING: TSA/GARB/CapEx

GOAA CONTACTS:

Sponsor: Airline Division (DeBaere)

Construction: John Carlson

PROJECT COST: $34,452,796.32

Recapitalization of Checked Baggage Inspection Systems (CBIS) in Pods A and B at the Orlando International Airport. This project includes the replacement of the existing Explosive Detection Systems (EDS) equipment with higher capacity equipment, replacement of Baggage Handling Systems (BHS), replacement and modification of BHS controls and all required infrastructure improvements, in Pods A and B including, but not limited to, structural, architectural, fire suppression, plumbing, ventilating, controls, electrical, communications and electronic safety and security.

SCOPE:

STATUS: Installation of interconnect conveyors between Pod B to Pod E is complete, and the 30-day reliability testing has been delayed by TSA L3 problems in Pod E. Testing will resume when the L3 operations problems are resolved. Pod A building modifications in the old American Airlines (AA) office area is complete, and final inspections by the City of Orlando were completed September 2016. Installation of interconnect conveyors between Pod A to Pod D continues, and is approximately 98% complete, with commissioning scheduled to begin in late October 2016.

CONSTRUCTION COST:

Original Contract $26,621,570.00

Thru Change Order # 15 $1,629,118.35

Current Contract $28,250,688.35Paid To Date Thru PA # 10 $10,670,198.89

TIME(DAYS)

590

101

691

6.1%

37.8% Time: 65.8%

COMPLETION

02/07/17

05/19/17

NOTICE TO PROCEED: 06/29/15

ANTICIPATED COMPLETION:

05/09/2017

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 5 of 64

PROJECTS IN CONSTRUCTION

Page 169: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00445-OIA WEST END BHS MODIFICATIONS AND REPLACEMENT, A & B SIDES

CONTRACTOR: Jervis B. Webb Company

A/E: Reynolds, Smith & Hills, Inc.

OAR: PMA Consultants, LLC

FUNDING: 2010A PFC/2013A GARB

GOAA CONTACTS:

Sponsor: Construction (Patterson)

Construction: John Carlson

PROJECT COST: $29,896,800.00

Modifications and replacement of end-of-useful-life baggage handling systems at the Orlando International Airport. Project is located west of Column Line 10 on Levels 2 and 3, A & B Sides of the Landside Terminal.

SCOPE:

STATUS: The project is in the submittal/procurement phase. Submittals for phased B-Side MCP power and sizing requirements, device layout and wiring diagram continue. Initial phased A-Side BHS installations (BHS layouts, header steel, drop rods, etc.) are in-progress. Phased BHS demolition and installation work is scheduled to begin in late October 2016.

CONSTRUCTION COST:

Original Contract $20,797,879.00

Thru Change Order # 3 $37,152.24

Current Contract $20,835,031.24Paid To Date Thru PA # 5 $3,244,635.86

TIME(DAYS)

500

0

500

0.2%

15.6% Time: 51.4%

COMPLETION

06/02/17

06/02/17

NOTICE TO PROCEED: 01/20/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 6 of 64

PROJECTS IN CONSTRUCTION

Page 170: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00447-OIA TICKET LOBBY PROGRAM - MAIN TICKET LOBBY MODIFICATIONS

CONTRACTOR: PCL Construction Services, Inc.

A/E: C.T. Hsu & Associates, P.A.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: LOC/PFC/Bds/FDOT/CE

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $105,752,487.00

Public area improvements, expansion at the front wall, new/expanded systems, finishes, wayfinding, add alternates for the eight inside self-assisted check-in areas and two back-of-house conveyors, and design for the ancillary Heating-Ventilation-Air-Conditioning (HVAC) units at Level 3 on A and B Sides at the Orlando International Airport.

SCOPE:

STATUS: The project is in the construction phase, with four work areas demised for front wall relocation and two work areas for counter/backwall work. The first new counter/backwall section was completed on September 11, 2016, except for certain finish elements. The next two counter/backwall sections will be completed in October 2016. Demolition, foundations, and structural steel framing for the new curtain walls in A-Side demised areas are in-progress.

CONSTRUCTION COST:

Original Contract $71,243,178.00

Thru Change Order # 3 $629,956.19

Current Contract $71,873,134.19Paid To Date Thru PA # 1 $2,328,099.30

TIME(DAYS)

531

10

541

0.9%

3.2% Time: 26.6%

COMPLETION

10/14/17

10/24/17

NOTICE TO PROCEED: 05/02/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 7 of 64

PROJECTS IN CONSTRUCTION

Page 171: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00452-OIA HANGAR BLVD. SANITARY SEWER IMPROVEMENTS - PHASES 1 AND 2

CONTRACTOR: Pospiech Contracting

A/E: Kimley-Horn and Associates, Inc.

OAR: CMTS/Hanson JV

FUNDING: Cap. Ex. (Capital Expenditure Fund),I&D (Improvement & Development Fund)

GOAA CONTACTS:

Sponsor: Commercial Properties

Construction: Mike Patterson

PROJECT COST: $5,988,108.00

Install a new lift station, force main, and new shallower alignment of the gravity sanitary sewer main at the Orlando International Airport. The new shallower gravity sanitary sewer main will provide the required sewer main slopes. The proposed force main will connect to the existing 10-inch force main approximately 100 feet west of the intersection of Cargo Road and Hangar Blvd. The new lift station will be designed to handle the build-out capacity for the northern portion of Hangar Blvd. and Cargo Road. A stub-out for the areas on the east side of Hangar Blvd. will be provided for the new development area on the east side of Hangar Blvd. It is anticipated that a portion of Hangar Blvd. will be reconstructed north of Cargo Road as part of this scope. It should be noted that upon completion of Phase 1, the area will be served by two lift stations, one new and one existing, until Phase 2 is implemented.

SCOPE:

STATUS: Pre-cast installation at Lift Station No. 1 is in-progress. Installation of Lift Station No. 2 is complete. Pile and manhole installation north of Hangar Blvd. out of Lift Station No. 2 is in-progress.

CONSTRUCTION COST:

Original Contract $3,285,000.00

Thru Change Order # 1 $0.00

Current Contract $3,285,000.00Paid To Date Thru PA # 7 $415,830.22

TIME(DAYS)

390

0

390

0.0%

12.7% Time: 50.5%

COMPLETION

04/14/17

04/14/17

NOTICE TO PROCEED: 03/21/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 8 of 64

PROJECTS IN CONSTRUCTION

Page 172: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00458-OIA PARKING GARAGE A & B CHILLER REPLACEMENT

CONTRACTOR: Air Mechanical & Service Corp.

A/E: RTM Engineering Consultants, LLC

OAR: CMTS/Hanson JV

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $924,869.62

Remove and replace the chillers and Air Handling Units (AHUs) in the Parking Garages A and B at the Orlando International Airport. This work will also include the replacement of Fan Coil Units (FCUs) in the elevator equipment to install the new equipment.

SCOPE:

STATUS: Installation of the new roof is complete. The new chillers have been pressurized and are providing the cooling for the elevator lobbies. The substantial completion walk-thru was held in early August 2016. City final inspections are in-progress.

CONSTRUCTION COST:

Original Contract $607,104.00

Thru Change Order # 0 $0.00

Current Contract $607,104.00Paid To Date Thru PA # 8 $533,896.84

TIME(DAYS)

250

0

250

0.0%

87.9% Time: 126.8%

COMPLETION

04/29/16

04/29/16

NOTICE TO PROCEED: 08/24/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 9 of 64

PROJECTS IN CONSTRUCTION

Page 173: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00463-OIA OPTIMIZATION OF POD C

CONTRACTOR: Glidepath LLC dba Beumer Glidepath

A/E: A. Epstein and Sons International, Inc.

OAR: PMA Consultants, LLC

FUNDING: TSA Grant, PFC's 13.02, 15.02 and 2013A AMT GARBS

GOAA CONTACTS:

Sponsor: Plan, Eng, & Const. (Ruohomaki)

Construction: John Carlson

PROJECT COST: $9,500,000.00

Construction to optimize the performance of the Checked Baggage Inspection Systems (CBIS) associated with Pod C. The Work includes the recapitalization of the L3 Explosive Detection Systems (EDS) machines and required modifications to the Baggage Handling Systems (BHS) including upgrading of the BHS controls and improvements to the associated infrastructure.

SCOPE:

STATUS: BHS re-control activities for the ticket counters are ongoing, with the Contractor currently re-controlling 3TC7. Limitations of the current PLC (old system) require the Contractor to complete sections of SS4, SS3 and SS2 at this time. Pre-work for the replacement of the L3 PDP/UPS is ongoing. The newly installed clear line (3CL8) has been completed and has been turned over. Build-out of the CBRA room is 70% complete on the building side and 60% complete on the system side. The first new lane, with a high speed L3, passed its TSA certification test on September 12, 2016. The certification test for the second new lane is scheduled in October 2016.

CONSTRUCTION COST:

Original Contract $7,935,653.00

Thru Change Order # 5 $284,116.45

Current Contract $8,219,769.45Paid To Date Thru PA # 6 $4,037,668.98

TIME(DAYS)

415

40

455

3.6%

49.1% Time: 65.3%

COMPLETION

12/13/16

01/22/17

NOTICE TO PROCEED: 10/26/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 10 of 64

PROJECTS IN CONSTRUCTION

Page 174: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-00466-OIA LANDSIDE AHU HVAC NTC VARIOUS LEVELS

CONTRACTOR: PCL Construction Services, Inc.

A/E: C.T. Hsu & Associates, P.A.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $7,619,785.00

The scope of work is related to the documentation of Air Handler Unit replacement for the main Landside Terminal Building ancillary units that are not related to the Main Ticket Lobby Modifications project at the Orlando International Airport. Included within the scope of work is all associated ductwork modifications or replacement, electrical power, and systems modifications back to the associated electrical panel. 1/14/16 Added scope: Move (6) AHU's from BP-447 to the BP-466 project.

SCOPE:

STATUS: The project is in the submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $7,619,785.00

Thru Change Order # 1 $2,345,815.00

Current Contract $9,965,600.00Paid To Date Thru PA # 1 $127,059.21

TIME(DAYS)

531

0

531

30.8%

1.3% Time: 26.0%

COMPLETION

10/30/17

10/30/17

NOTICE TO PROCEED: 05/18/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 11 of 64

PROJECTS IN CONSTRUCTION

Page 175: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00100-OIA APM OPERATING SYSTEM (OS) FOR AIRSIDES 1 & 3 & SOUTH AIRPORT APM COMPLEX (D/B)

CONTRACTOR: Mitsubishi Heavy Industries America, Inc.

A/E: Lea & Elliott, Inc.

OAR: PMA Consultants, LLC

FUNDING: FDOT/PFC/Disc/Bd/O&M

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $188,417,362.99

Provide for the design, fabrication, and installation of the Operating System (OS) of three Automated People Mover (APM) systems (i.e., replacement of the two existing OS and running surfaces at Airside 1 and Airside 3, and the new South Airport APM Complex OS) at the Orlando International Airport, through a Design-Build Contract (Phase 1).

Scope will include the design, manufacture, installation, integration, testing, commissioning, and safety certification of the new APM OS equipment (i.e., vehicles/trains, running surfaces, guidance equipment, communications equipment, command and control equipment, station equipment, power distribution system, supporting equipment for maintenance facility operations, public information, and CCTV systems). After safety certification, the APM system service supplier will provide Operation and Maintenance (O&M) services to the Aviation Authority for the systems installed by the supplier. The design-build portion of work is defined as Phase 1, and the O&M portion of work is defined as Phase 2.

SCOPE:

STATUS: The project is in the build phase of the design/build portion of the design/build/operate/maintain contract.

Installation of the guideway equipment, emergency walkway panels, and fixed blade supports have continued to progress on the South APM. Build-outs of the Central Control Room, the Central Control Equipment Room, and Station Equipment Rooms continue. Transformers, electrical panels, and UPSs have been installed in the central control equipment room. Installation of conduit and conductors for CCTV, PA speakers, platform doors, and emergency telephones is in-progress. The APM vehicles for the South APM have been shipped from Japan and are scheduled for arrival at the Port of Jacksonville in early November 2016. The first Airside 3 lane will close on October 9, 2016, for running pad and car replacement.

SOUTH APM COMPLEX 03/31/17 Substantial Completion of Design-Build Contract (990 Cal. Days from NTP)

AIRSIDES 1 & 3 APM SYSTEMS: 02/24/18 Substantial Completion of Design-Build Contract (1,320 Cal. Days from NTP)

CONSTRUCTION COST:

Original Contract $132,972,000.00

Thru Change Order # 11 $4,326,452.00

Current Contract $137,298,452.00Paid To Date Thru PA # 23 $59,617,736.87

TIME(DAYS)

1320

0

1320

3.3%

43.4% Time: 59.5%

COMPLETION

02/24/18

02/24/18

NOTICE TO PROCEED: 07/16/14

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 12 of 64

PROJECTS IN CONSTRUCTION

Page 176: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00102-OIA SOUTH AIRPORT APM COMPLEX - SITE LOGISTICS COMPOUND (GMP#10)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC/CFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $20,695,815.00

Provide for site access improvements for the South Airport Automated People Mover (APM) Complex Program at the Orlando International Airport. The scope includes the construction of a new access road to the site from Boggy Creek Road, permanent surface water drainage improvements to the existing canal system, a construction site office trailer complex with modular office units, office infrastructure, decking, parking lot, sites for subcontractor trailers and utilities (i.e., power, communications, water and sewer) necessary for the operation of the office trailer complex. The scope also includes the core staff and equipment requirements required for the first six months of construction for all construction work on site.

SCOPE:

STATUS: All work in this GMP is complete. The GMP will remain open for administrative trailer payments and maintenance. Core staff and general conditions are approved through June 2017.

CONSTRUCTION COST:

Original Contract $20,214,831.00

Thru Change Order # 1 ($3,736,045.00)

Current Contract $16,478,786.00Paid To Date Thru PA # 23 $14,392,566.20

TIME(DAYS)

1000

0

1000

-18.5%

87.3% Time: 74.1%

COMPLETION

06/26/17

06/26/17

NOTICE TO PROCEED: 10/01/14

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 13 of 64

PROJECTS IN CONSTRUCTION

Page 177: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00103-OIA INTERMODAL TERMINAL FACILITY - SITEWORK, CIVIL & FOUNDATIONS ITF/PDL (GMP#11)

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $24,999,005.00

Foundation work for the Intermodal Terminal Facility (ITF) and Passenger Drop-Off Lobby (PDL) buildings consists of cast in place pile caps supported by auger cast piles. Scope also includes associated dewatering, structural excavation/backfill along with initial mobilization and general requirements for construction (i.e., CMAR trailer, access road, storage yards, etc.)

SCOPE:

STATUS: The installation of the PDL pile cap foundations is complete. Installation of the wall foundations for the Passenger Drop Off Lobby is in-progress.

CONSTRUCTION COST:

Original Contract $8,583,853.00

Thru Change Order # 1 ($179,722.00)

Current Contract $8,404,131.00Paid To Date Thru PA # 14 $6,876,940.43

TIME(DAYS)

273

0

273

-2.1%

81.8% Time: 163.7%

COMPLETION

04/05/16

04/05/16

NOTICE TO PROCEED: 07/08/15

ANTICIPATED COMPLETION:

10/31/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 14 of 64

PROJECTS IN CONSTRUCTION

Page 178: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00104-OIA SOUTH AIRPORT APM COMPLEX - APM PARKING GARAGE (GMP#5)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $54,781,739.00

The parking garage will accommodate approximately 2,400 spaces and is of concrete construction with six levels at the Orlando International Airport. Five lane parking control Toll Plazas both at the garage entrance and exit are to be included. The parking garage is connected to the APM and ITF via a two-level bridge that connects at the 3rd and 5th levels of the garage. This project encompasses the complete construction of a six-level cast-in-place concrete parking garage with approximately 2,400 spaces, future rental car operations, and the components required for a fully functional parking garage. The components within the garage include five stair towers, four electrical rooms, one stack of elevators with three elevator cabs, fire pump room, a complete fire suppression system, generator and underground storage tank system, HVAC and plumbing within the garage and toll plazas, and numerous tenant and owner Intermediate Distribution Frame (IDF) rooms. The scope also includes the development of numerous systems, including a fire alarm system, paging system, lightning protection, voice and data systems, and a complete security and camera system. New signage will be provided within the parking garage and the toll plazas. Parking control "Toll Plazas" at the garage entrance and exit will be constructed as part of this package. Toll plazas will include restrooms, a mechanical and electrical room, telecommunications room, and office space. The scope includes an allowance in direct cost of work for slip ramps, parking control equipment and technology, and vertical circulation at the Owner's request.

SCOPE:

STATUS: Placement of concrete for Elevated Section A2, on the third level, and two sections of the fifth level deck, is in-progress. Placement of deck forms for the fifth floor, Area 1, is in-progress. The forms for the Squelex at Area 3 of the parking garage have been set. Placement of concrete at the Squelex first section is in-progress. Installation of barrier wall concrete at fourth level, Area 1, and second level, Area 2, is ongoing. Stress cable tendons from Level 5 and Level 1, Area 3, concrete placement is ongoing. Placement of the third lift for the elevator shear walls on the southeast corner of the parking garage is in-progress. Installation of the chilled water piping and electrical conduit under the second level slabs is ongoing.

CONSTRUCTION COST:

Original Contract $53,647,230.00

Thru Change Order # 4 ($3,802,024.00)

Current Contract $49,845,206.00Paid To Date Thru PA # 15 $10,933,886.67

TIME(DAYS)

749

-6

743

-7.1%

21.9% Time: 64.2%

COMPLETION

06/26/17

06/20/17

NOTICE TO PROCEED: 06/09/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 15 of 64

PROJECTS IN CONSTRUCTION

Page 179: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00105-OIA SOUTH AIRPORT APM COMPLEX - SITEWORK & UTILITIES (GMP#1B)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $34,737,748.00

Construction of the balance of the sitework and utility work for the South Airport APM Complex Program at the Orlando International Airport. The scope provides the necessary site improvements, construction logistics support, communications infrastructure, and utility services to the project site.

SCOPE:

STATUS: Installation of the storm piping by the Central Energy Plant is ongoing. Installation of the systems duct bank from along the APM guideway south to the APM is in-progress. Installation of the storm piping at South Exit Road is in-progress. Installation of the rip rap at the MES of the storm into Pond No. 3 has begun.

CONSTRUCTION COST:

Original Contract $28,025,190.00

Thru Change Order # 6 $6,712,558.00

Current Contract $34,737,748.00Paid To Date Thru PA # 17 $19,946,866.66

TIME(DAYS)

587

206

793

24.0%

57.4% Time: 67.7%

COMPLETION

11/07/16

06/01/17

NOTICE TO PROCEED: 04/01/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 16 of 64

PROJECTS IN CONSTRUCTION

Page 180: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00106-OIA SOUTH AIRPORT APM COMPLEX - ROADS AND BRIDGES (GMP#4)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $38,512,167.00

Construction of the associated civil/road/bridge components required for the completion of the entire Program at the Orlando International Airport. The primary goal of this package is to connect the existing Jeff Fuqua Boulevard northbound/southbound drive lanes with new roadway infrastructure at Jeff Fuqua Boulevard North/South in addition to the South Airport APM Complex access roads. Clearing, demolition, and grading are included, as well as site improvements that are required to construct the roadways and bridges. Inclusive of this scope are two roadway bridges to be constructed at Jeff Fuqua Boulevard South Bridge and the South Access Road Return-to-Terminal Bridge. A Maintenance of Traffic (MOT) program has been engineered and developed for any anticipated road closures.

SCOPE:

STATUS: Installation of walls for the All Aboard Florida and FRP underpass work is complete. Installation of the limerock base for the new Passenger Drop-Off Lobby (PDL) loop is in-progress. Installation of the limerock base and curbs on Ramp A to the Service Road merge is in-progress. Rough-in of the roadway around the west side of Pond No. 3 (North Pond) is ongoing. Installation of the curbs at the PDL Loop east side is ongoing.

CONSTRUCTION COST:

Original Contract $36,285,175.00

Thru Change Order # 2 ($1,482,762.00)

Current Contract $34,802,413.00Paid To Date Thru PA # 17 $21,562,231.39

TIME(DAYS)

763

0

763

-4.1%

62.0% Time: 71.4%

COMPLETION

05/02/17

05/02/17

NOTICE TO PROCEED: 04/01/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 17 of 64

PROJECTS IN CONSTRUCTION

Page 181: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00107-OIA INTERMODAL TERMINAL FACILITY - VIADUCT (GMP#13)

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $45,325,114.00

Scope for the Viaduct includes concrete columns, caps, FIB beams and a 12-inch CIP deck at the Orlando International Airport. Typical span lengths are 60 feet. The viaduct splits from two at-grade tracks at either end into three separate viaducts through the Intermodal Terminal Facility (ITF) building.

SCOPE:

STATUS: The setting of the remaining FIBs at the south end of the viaduct is in-progress.

CONSTRUCTION COST:

Original Contract $19,145,558.00

Thru Change Order # 1 ($208,641.00)

Current Contract $18,936,917.00Paid To Date Thru PA # 12 $13,531,555.56

TIME(DAYS)

650

0

650

-1.1%

71.5% Time: 56.8%

COMPLETION

06/26/17

06/26/17

NOTICE TO PROCEED: 09/16/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 18 of 64

PROJECTS IN CONSTRUCTION

Page 182: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00109-OIA INTERMODAL TERMINAL FACILITY - STRUCTURE (GMP#12)

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $134,065,409.00

For the Intermodal Terminal Facility (ITF) and Passenger Drop-Off Lobby (PDL) buildings, concrete columns, Concrete Masonry Unit (CMU) walls, composite floor decking and a structural steel roof form the structure framework. The ITF also includes precast double tees for the level 3 platform area. Exterior envelope is a combination of curtain walls, cladding, precast panels, and louvers. Mechanical, electrical and plumbing is also included in this GMP.

SCOPE:

STATUS: The placement of columns and shear walls to the final level at the ITF is in-progress. Installation of the underground plumbing and electrical piping is ongoing. Placement of the precast double “T’s” at the south end is in-progress. Installation of the reinforcing for the structural slabs on the double “T’s” is ongoing. Placement of the structural topping on the platform level slab is in-progress. Placement of the structural steel for the fourth and fifth levels is ongoing. Installation of the metal decking for the floor slabs at fourth and fifth levels is in-progress. The formation and placement of the south end stair and ramp walls, on the west side, is in-progress. The setting of the precast stair landings in the stair towers is in-progress. Placement of the PDL columns and shear walls to Level 3 is in-progress. The application of the below grade waterproofing to the PDL elevator walls is ongoing.

CONSTRUCTION COST:

Original Contract $130,275,924.00

Thru Change Order # 2 $3,789,485.00

Current Contract $134,065,409.00Paid To Date Thru PA # 7 $23,101,236.74

TIME(DAYS)

544

0

544

2.9%

17.2% Time: 41.2%

COMPLETION

08/25/17

08/25/17

NOTICE TO PROCEED: 02/29/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 19 of 64

PROJECTS IN CONSTRUCTION

Page 183: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00111-OIA SOUTH AIRPORT APM COMPLEX - CENTRAL ENERGY PLANT (GMP#9)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $14,214,701.00

The Central Energy Plant (CEP) will house three 700-ton water-cooled centrifugal chillers, two 1,400 ton field erected cooling towers, and will be provide emergency power to each of the building components using diesel powered generators. The scope of BP No. S111 includes the complete construction of the Central Energy Plant building. This scope includes but is not limited to, concrete foundations, slabs, insulated tilt wall, masonry, waterproofing, structural and miscellaneous steel and metals, modified and bituminous roofing, interior and exterior finishes, plumbing, HVAC, and electrical systems (including fuel tank). An allowance in the direct cost of work has been included for electrical consumption costs incurred post-substantial completion of GMP No. 9.

SCOPE:

STATUS: Installation of the condensing water piping to the cooling tower is complete. Installation of the recirculating pumps at the cooling tower is in-progress. Installation and insulation of the CWSR to the pumps and chillers is ongoing. The application of floor finishes to the equipment pads is in-progress. The application of exterior texcoat finish is ongoing. Painting of the interior masonry and frames is in-progress. Installation of the make-up water piping is ongoing.

CONSTRUCTION COST:

Original Contract $13,403,862.00

Thru Change Order # 3 ($978,837.00)

Current Contract $12,425,025.00Paid To Date Thru PA # 10.1 $8,155,760.75

TIME(DAYS)

354

65

419

-7.3%

65.6% Time: 74.7%

COMPLETION

10/31/16

01/04/17

NOTICE TO PROCEED: 11/13/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 20 of 64

PROJECTS IN CONSTRUCTION

Page 184: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00112-OIA SOUTH AIRPORT APM COMPLEX - GUIDEWAY (GMP#3)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: T.Y. Lin International

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $19,037,673.00

The existing guideway structure that currently dead ends south of the existing North Terminal complex will be extended into the new Automated People Mover (APM) Complex. This structure will be pre-cast U-beams with cast-in-place deck, on driven pile foundations.

SCOPE:

STATUS: Panels on the elevated guideway are being reset as needed. All guideway concrete work is complete and turned over to the new APM system supplier.

CONSTRUCTION COST:

Original Contract $12,639,942.00

Thru Change Order # 2 $759,616.00

Current Contract $13,399,558.00Paid To Date Thru PA # 14 $12,233,723.58

TIME(DAYS)

187

59

246

6.0%

91.3% Time: 179.3%

COMPLETION

01/16/16

03/15/16

NOTICE TO PROCEED: 07/14/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 21 of 64

PROJECTS IN CONSTRUCTION

Page 185: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00114-OIA SOUTH AIRPORT APM COMPLEX - LANDSCAPE (GMP#8)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $9,754,860.00

All landscaping components and exterior wayfinding signage are included in this section as well as irrigation for the project that will be fed from a reclaimed water line.

SCOPE:

STATUS: Installation of irrigation piping west of the APM guideway berm is in-progress. Installation of landscaping along the south side of the project, east of Pond No. 2, is in-progress.

CONSTRUCTION COST:

Original Contract $5,591,976.00

Thru Change Order # 1 ($143,167.00)

Current Contract $5,448,809.00Paid To Date Thru PA # 6 $1,117,875.45

TIME(DAYS)

465

0

465

-2.6%

20.5% Time: 39.4%

COMPLETION

06/29/17

06/29/17

NOTICE TO PROCEED: 03/22/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 22 of 64

PROJECTS IN CONSTRUCTION

Page 186: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00116-OIA SOUTH AIRPORT APM COMPLEX - APM FINISHES (GMP#7)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: LOC/Bonds/PFC/FIF/Aviation Authority Funds

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $32,492,363.00

The scope of BP No. S116 includes the mechanical, electrical, plumbing, fire protection, and technologies and finishes for construction. This scope includes, but is not limited to, doors and hardware, Terrazzo flooring, tile and stone, carpet and Vinyl Composite Tile (VCT), resinous flooring, painting, signage, specialties, elevators and escalators, fire suppression, plumbing, HVAC, test and balance, electrical and telecommunications, access control, video surveillance, and fire alarm systems. The direct cost of work includes allowances for interior landscaping as well as fire alarm and emergency communications system.

SCOPE:

STATUS: The installation of framing and drywall in the APM control room is ongoing. The painting of the APM control room walls is in-progress. Installation of the ceiling grid in the control room is ongoing. Installation of the raised false floor in the control room is in-progress.

CONSTRUCTION COST:

Original Contract $32,492,363.00

Thru Change Order # 2 ($1,738,470.00)

Current Contract $30,753,893.00Paid To Date Thru PA # 9 $3,339,049.19

TIME(DAYS)

539

0

539

-5.4%

10.9% Time: 48.2%

COMPLETION

06/26/17

06/26/17

NOTICE TO PROCEED: 01/05/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 23 of 64

PROJECTS IN CONSTRUCTION

Page 187: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00120-OIA SOUTH AIRPORT APM COMPLEX - NORTH APM/RAIL MSE WALL AND ABUTMENT (GMP#3A)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: AAF Funds

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $1,176,839.00

Provide the furnishings and installation of the embankment, MSE walls, and storm drainage piping for the All Aboard Florida (AAF) portion of the embankment at the Orlando International Airport.

SCOPE:

STATUS: Punchlist work is in-progress.

CONSTRUCTION COST:

Original Contract $1,176,839.00

Thru Change Order # 2 $0.00

Current Contract $1,176,839.00Paid To Date Thru PA # 12 $1,054,438.17

TIME(DAYS)

195

57

252

0.0%

89.6% Time: 146.8%

COMPLETION

01/18/16

03/15/16

NOTICE TO PROCEED: 07/08/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 24 of 64

PROJECTS IN CONSTRUCTION

Page 188: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00121-OIA INTERMODAL TERMINAL FACILITY - CORE STAFF AND GENERAL CONDITIONS (GMP#16)

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $14,896,057.00

Designate core staff and general conditions to maintain continuity through all GMPs from pre-construction through substantial completion for the South Airport Intermodal Terminal Facility (ITF) at the Orlando International Airport.

SCOPE:

STATUS: Core staff and general conditions are approved through the end of the project.

CONSTRUCTION COST:

Original Contract $6,571,868.00

Thru Change Order # 4 $8,324,189.00

Current Contract $14,896,057.00Paid To Date Thru PA # 16 $4,978,589.21

TIME(DAYS)

540

0

540

126.7%

33.4% Time: 98.1%

COMPLETION

09/30/16

09/30/16

NOTICE TO PROCEED: 04/10/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 25 of 64

PROJECTS IN CONSTRUCTION

Page 189: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00122-OIA INTERMODAL TERMINAL FACILITY - SOUTH ABUTMENT AND MSE WALL (GMP #17) FOR AAF

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT Grants

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $971,318.00

The scope of BP No. S122 provides for precast piles for abutments, concrete abutments, MSE walls and coping at Bridge B Abutment 1, embankment, and general requirements for construction. The scope consists of embankment between Stations 5232+35 and 5233+60, and the Bridge B Abutment 1, MSE walls, along the face of the abutment and associated MSE wing wall at Station 5243+00. The abutment consists of driven precast piles, cast-in-place abutment and backwall concrete, MSE walls, and cast-in-place coping. Access roads and maintenance for the temporary roads are not included in this GMP as they have been included in other GMPs.

SCOPE:

STATUS: Installation of the MSE wall coping cap forms, at the west side of the embankment, is ongoing.

CONSTRUCTION COST:

Original Contract $971,318.00

Thru Change Order # 0 $0.00

Current Contract $971,318.00Paid To Date Thru PA # 10 $718,918.41

TIME(DAYS)

650

0

650

0.0%

74.0% Time: 50.8%

COMPLETION

06/26/17

06/26/17

NOTICE TO PROCEED: 09/16/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 26 of 64

PROJECTS IN CONSTRUCTION

Page 190: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00124-OIA INTERMODAL TERMINAL FACILITY - VIADUCT FOUNDATIONS (GMP#13B)

CONTRACTOR: Turner-Kiewit Joint Venture

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FDOT

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $178,500,460.00

Precast piles, pile caps with excavation and backfill, dewatering, and general requirement for construction as applied to the viaduct foundations at the Orlando International Airport. The general area of the building platform and canopy extends from Piers 17 to 39.

SCOPE:

STATUS: Installation of fabriform on the east side of the box culvert is complete. Backfill of the box culvert to four inches above the concrete deck is complete. Punchlist work for the box culvert is ongoing.

CONSTRUCTION COST:

Original Contract $17,850,046.00

Thru Change Order # 4 ($4,681,446.00)

Current Contract $13,168,600.00Paid To Date Thru PA # 16 $10,822,113.26

TIME(DAYS)

220

279

499

-26.2%

82.2% Time: 204.0%

COMPLETION

12/11/15

09/15/16

NOTICE TO PROCEED: 05/06/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 27 of 64

PROJECTS IN CONSTRUCTION

Page 191: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

BP-S00125-OIA SOUTH AIRPORT APM COMPLEX - ROADWAY SIGNAGE (GMP 4A)

CONTRACTOR: Hensel Phelps Construction Co.

A/E: HKS, Inc. dba HKS Architects, Inc.

OAR: URS Corporation

FUNDING: FIFs (Facility Improvement Fund),GARBS (General Account Revenue Bonds),PFCs (Passenger Facility Charges)

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $5,814,931.00

Roadway signage package for new South Airport APM Project. Scope of work includes roadway signage, sign posts and structures, foundations, signage lighting and electrical work.

SCOPE:

STATUS: This project is in the submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $5,814,931.00

Thru Change Order # 1 ($147,378.00)

Current Contract $5,667,553.00Paid To Date Thru PA # 4 $1,271,165.86

TIME(DAYS)

336

0

336

-2.5%

22.4% Time: 33.6%

COMPLETION

05/02/17

05/02/17

NOTICE TO PROCEED: 06/01/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 28 of 64

PROJECTS IN CONSTRUCTION

Page 192: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00196-OIA UPGRADE AIRFIELD LIGHTING VAULT RW 17L-35R (DESIGN/BUILD)

CONTRACTOR: Electric Services, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Tuan Nguyen

PROJECT COST: $443,367.38

Upgrade Runway 17L-35R Airfield Lighting Vault and Related Work at the Orlando International Airport. This vault services Runway 17L-35R, and Taxiways N, L and parts of E, F, J and K. This work includes replacement of switchgear, generator controls and related components; upgrade circuit breaker controls to comply with NFPA-70E (ARC FLASH STANDARD).

SCOPE:

STATUS: The project is in the design/submittal/procurement phase. Permit drawings have been submitted. Submittal documents have been provided for review. Procurement of the owner-furnished switchgear is in-progress, with delivery of the switchgear scheduled for the end of January 2017, and installation in February 2017.

CONSTRUCTION COST:

Original Contract $176,405.38

Thru Change Order # 0 $0.00

Current Contract $176,405.38Paid To Date Thru PA # 4 $25,661.70

TIME(DAYS)

180

0

180

0.0%

14.5% Time: 108.3%

COMPLETION

08/27/16

08/27/16

NOTICE TO PROCEED: 03/01/16

ANTICIPATED COMPLETION:

2/28/2017

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 29 of 64

PROJECTS IN CONSTRUCTION

Page 193: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00200-OIA TERMINAL TOP PARKING GARAGE LIGHTNING PROTECTION REHABILITATION

CONTRACTOR: Electric Services, Inc.

A/E: SGM Engineering, Inc.

OAR: CMTS/Hanson JV

FUNDING: CapEx

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $420,928.00

Lightning protection rehabilitation for Major Immediate-term items for Terminal Top Parking at the Orlando International Airport as recommended in the Condition Assessment Report dated October 31, 2013 by AVCON, Inc.

SCOPE:

STATUS: Rehabilitation of the lightning protection system is complete.

CONSTRUCTION COST:

Original Contract $184,962.90

Thru Change Order # 0 $0.00

Current Contract $184,962.90Paid To Date Thru PA # 3 $169,466.60

TIME(DAYS)

90

0

90

0.0%

91.6% Time: 152.2%

COMPLETION

08/06/16

08/06/16

NOTICE TO PROCEED: 05/09/16

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 30 of 64

PROJECTS IN CONSTRUCTION

Page 194: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00209-OIA PENTHOUSE COMMUNICATION ROOM MODIFICATIONS

CONTRACTOR: Electric Services, Inc.

A/E: Matern Professional Engineering, Inc.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap Ex

GOAA CONTACTS:

Sponsor: Security

Construction: Mike Patterson

PROJECT COST: $165,500.00

Install a security branch electrical feeder circuit and a security branch electrical panel in each of the two (2) Penthouse Communication Rooms at the Orlando International Airport. The scope of work also includes the installation of a new normal branch electrical feeder circuit and normal branch electrical panel in each of the two (2) Penthouse Communication Rooms and the re-circuiting of the existing equipment to the new normal power electrical panels and the security electrical panels as necessary. Additionally, this project includes the installation of access control card readers, door locks, door contacts and other related hardware to control access, deny access and monitor the doors for unauthorized entry, the installation of security system CCTV cameras, camera licenses and all video storage equipment necessary to retain video images for forensic post-incident investigations.

SCOPE:

STATUS: Installation of branch circuit wiring, camera installation and access control wiring continues. The project remains on schedule with completion scheduled for mid-November 2016.

CONSTRUCTION COST:

Original Contract $137,478.01

Thru Change Order # 0 $0.00

Current Contract $137,478.01Paid To Date Thru PA # 3 $51,814.24

TIME(DAYS)

120

0

120

0.0%

37.7% Time: 100.8%

COMPLETION

09/12/16

09/12/16

NOTICE TO PROCEED: 05/16/16

ANTICIPATED COMPLETION:

11/15/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 31 of 64

PROJECTS IN CONSTRUCTION

Page 195: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00210-OIA LIGHTNING PROTECTION SYSTEM AT GARAGES A & B REPLACEMENT

CONTRACTOR: Power Engineering Group, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $225,253.00

Correct deficiencies in the existing Lightning Protection System (LPS) and obtain a Lightning Protection Institute (LPI) or Underwrites Laboratories (UL) Master Label at Parking Garages A and B at Orlando International Airport. The existing lightning protection system in Parking Garages A and B is over 25 years old with previous patch work repairs resulting in LPS discontinuity and inconsistencies. The project scope includes: replace the existing lightning protection system with a UL or LPI certified lightning system including replacement of broken or insufficiently sized exothermic welds on the top of handrails with mechanical bonded welds to the bottom or back side of the handrails (approximately 30 each); replace damaged or missing air terminals, verify that all light poles have proper bonds to the LPS; replace of all undersized, corroded or unsafe connections with tinned bonds (approximately 600 each); replace missing safety barrier cable bonds and conductors at various locations; and prepare as-built lightning protection drawings. Contractor shall perform all work in accordance with UL96A, NFPA780 and LPI175 lightning protection code standards and the attached AVCON Engineer’s Report, W-271, A & B Parking Garages and Terminal Top Parking Condition Structural, Lightning Protection System, and Stair Lighting.

SCOPE:

STATUS: Installation of the Lightning Protection System (LPS) air terminals and cables in the A and B Parking Garages is complete. Procurement of the Master Label Certification is in-progress.

CONSTRUCTION COST:

Original Contract $193,142.50

Thru Change Order # 0 $0.00

Current Contract $193,142.50Paid To Date Thru PA # 2 $109,254.19

TIME(DAYS)

170

0

170

0.0%

56.6% Time: 87.6%

COMPLETION

09/27/16

09/27/16

NOTICE TO PROCEED: 04/11/16

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 32 of 64

PROJECTS IN CONSTRUCTION

Page 196: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00218-OIA LS2 BUSINESS MESSAGING REVISION (D/B)

CONTRACTOR: Electric Services, Inc.

A/E: NONE

OAR: NONE

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Executive

Construction: Greg Watson

PROJECT COST: $225,000.00

Installation of nineteen (19) 80" LCD displays to the Level 2 baggage arrivals area back wall, including power at the Orlando International Airport. Scope also includes the relocation of eleven (11) existing LCD displays.

SCOPE:

STATUS: Delivery of the new LCDs is scheduled for mid-October 2016. The brackets have been delivered. Installation of the conduit and wire is in-progress.

CONSTRUCTION COST:

Original Contract $96,934.57

Thru Change Order # 0 $0.00

Current Contract $96,934.57Paid To Date Thru PA # 1 $7,744.50

TIME(DAYS)

120

0

120

0.0%

8.0% Time: 25.8%

COMPLETION

12/05/16

12/05/16

NOTICE TO PROCEED: 08/08/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 33 of 64

PROJECTS IN CONSTRUCTION

Page 197: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00220-OIA ACCESS CONTROL AT NORTH CELL LOT AND SOUTH TAXI HOLD

CONTRACTOR: H. L. Pruitt Corporation

A/E: NONE

OAR: Parsons Brinckerhoff, Inc.

FUNDING: Transfer from ZC-171

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Mike Patterson

PROJECT COST: $82,000.00

Turnkey installation of the CCTV and Access Control Systems to the Communication Rooms for two (2) buildings at the North Cell Lot and South Taxi/Bus Hold area at the Orlando International Airport.

SCOPE:

STATUS: The project is in the submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $71,810.68

Thru Change Order # 0 $0.00

Current Contract $71,810.68Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

150

0

150

0.0%

0.0% Time: 0.00%

COMPLETION

02/15/17

02/15/17

NOTICE TO PROCEED: 09/19/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 34 of 64

PROJECTS IN CONSTRUCTION

Page 198: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

E-00222-OIA LS1CC PHONE ROOM PDU INSTALLATION LANDSIDE TERMINAL

CONTRACTOR: BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers

A/E: Matern Professional Engineering, Inc.

OAR: CMTS/Hanson JV

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Mike Patterson

PROJECT COST: $75,125.00

Provide an emergency and a normal power feeder along with all ancillary equipment for a new PDU (Power Distribution Unit) cabinet installation in the Landside Terminal Phone Room LS1CC at the Orlando International Airport.

SCOPE:

STATUS: The project is in the submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $47,037.33

Thru Change Order # 0 $0.00

Current Contract $47,037.33Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

90

0

90

0.0%

0.0% Time: 0.00%

COMPLETION

11/05/16

11/05/16

NOTICE TO PROCEED: 08/08/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 35 of 64

PROJECTS IN CONSTRUCTION

Page 199: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

H-00274-OEA OEA AIRFIELD MISCELLANEOUS IMPROVEMENTS

CONTRACTOR: H. L. Pruitt Corporation

A/E: AECOM Technical Services, Inc.

OAR: Parsons Brinckerhoff, Inc.

FUNDING: FDOT,Cap. Ex. (Capital Expenditure Fund),

GOAA CONTACTS:

Sponsor: OEA-Orlando Executive Airport

Construction: Mike Patterson

PROJECT COST: $732,499.00FDOT Grant, FY2016 OEA CapEx,

OOCEA Property Sale Funds

Several airfield and other airport support facility modifications and upgrades at Orlando Executive Airport. The modifications and upgrades will address Florida Administrative Code Chapter 14-60 requirements and FDOT state guidelines. These improvements include reconfiguration and repositioning of runway end lighting on Runways 13 and 31; repositioning of runway end lighting on Runway 25; remarking of threshold bar marking on Runway 13; remarking of multiple runway hold position markings on Runway entrance and exit taxiways for Runway 13-31; removal of runway approach related tree obstruction; remarking of select airfield pavement surfaces (runways & taxiways); and, removal of rubber deposits for Runway 7-25 and Runway 13-31. Also included in the scope are additional aviation related facilities at Orlando Executive Airport which require near–term major improvements and/or upgrades include replacement of airfield lighting conductors (home runs and cabling); rehabilitation of the airport’s electrical vault and emergency generator; and rehabilitation of the airport’s rotating beacon.

SCOPE:

STATUS: The base scope and add alternate work is complete. The substantial completion walk-through was held in late September 2016.

CONSTRUCTION COST:

Original Contract $732,499.00

Thru Change Order # 0 $0.00

Current Contract $732,499.00Paid To Date Thru PA # 1 $245,246.51

TIME(DAYS)

85

0

85

0.0%

33.5% Time: 0.00%

COMPLETION

10/13/16

10/13/16

NOTICE TO PROCEED: 07/21/16

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 36 of 64

PROJECTS IN CONSTRUCTION

Page 200: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

H-00276-OIA SB JEFF FUQUA BLVD BRIDGE JOINT REPAIR AT NORTH BYPASS CANAL

CONTRACTOR: Prime Construction Group, Inc.

A/E: Avcon, Inc.

OAR: Parsons Brinckerhoff, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Tuan Nguyen

PROJECT COST: $105,000.00

Demolish existing, damaged bridge armor joint across the width of the bridge on the north side of the bridge and replace with a poured joint with backer rod expansion joint system at the Orlando International Airport. Provide maintenance of traffic plan signed and sealed by a professional engineer. Maintain at least one through lane for traffic at all times during construction. All work will be completed between the hours of 11:00 PM and 5:00 AM.

SCOPE:

STATUS: The project is in the submittal/procurement phase. The Contractor has submitted the MOT for the road work for review. Construction activities are scheduled to begin in November 2016, with the bridge joint work to be completed in four nights.

CONSTRUCTION COST:

Original Contract $55,952.38

Thru Change Order # 0 $0.00

Current Contract $55,952.38Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

60

0

60

0.0%

0.0% Time: 0.00%

COMPLETION

10/13/16

10/13/16

NOTICE TO PROCEED: 08/15/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 37 of 64

PROJECTS IN CONSTRUCTION

Page 201: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

H-00279-OIA GOAA TRIPLEX PUMP STATION MODIFICATIONS

CONTRACTOR: Prime Construction Group, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $177,132.00

Replace one (1) of three existing storm water sump pumps at the Terminal Service Road entrance Landside Terminal A at Orlando International Airport. The pumps help remove water from the low areas of Terminal Service Road and are located in a wet water well 35 feet deep at the road entrance, east end of Terminal A. The scope includes installation of one (1) new 40 HP pump in the existing pump station cradle, new floats, controls, control cabinet, and electrical work necessary to supply power to the pump and controls. Also, Contractor shall clean the existing pump station well, install a permanent bridge crane with hoisting equipment and concrete pad and walkways, and install new double metal doors in the CMU wall adjacent to the Hyatt storage area for future maintenance and removal of the pumps.

SCOPE:

STATUS: Installation of the new overhead door and concrete pad is complete. The permanent hoist for lifting the pumps out of the sump pit has been delivered. Installation of the slab and hoist is scheduled for completion by mid-October 2016. The pump and control panel is scheduled for delivery by the end of October 2016.

CONSTRUCTION COST:

Original Contract $177,132.00

Thru Change Order # 0 $0.00

Current Contract $177,132.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

140

0

140

0.0%

0.0% Time: 0.00%

COMPLETION

11/13/16

11/13/16

NOTICE TO PROCEED: 06/27/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 38 of 64

PROJECTS IN CONSTRUCTION

Page 202: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

H-00281-OEA OEA MISCELLANEOUS IMPROVEMENTS - PHASE 2

CONTRACTOR: H. L. Pruitt Corporation

A/E: AECOM Technical Services, Inc.

OAR: Parsons Brinckerhoff, Inc.

FUNDING: FDOT,OEA Revenue Fund,

GOAA CONTACTS:

Sponsor: OEA-Orlando Executive Airport

Construction: Mike Patterson

PROJECT COST: $293,941.00

Several airfield and other airport support facility modifications and upgrades at Orlando Executive Airport to address Florida Administrative Code Chapter 14-60 requirements & FDOT state guidelines. These improvements include removal of up to ten (10) runway approach related tree obstructions; remarking and removal of rubber deposits on select airfield pavement surfaces (runways & taxiways); and, rehabilitation of Orlando Executive Airport’s electrical vault and emergency generator.

SCOPE:

STATUS: Pavement marking, pavement marking removal, and rubber removal are complete. The crack sealing work had to be postponed because of inclement weather. The REILs have been relocated. The Runway Distance Remaining (RDR) signs have been ordered and are scheduled for delivery and installation in November 2016, after NBAA.

CONSTRUCTION COST:

Original Contract $195,665.00

Thru Change Order # 0 $0.00

Current Contract $195,665.00Paid To Date Thru PA # 1 $48,192.48

TIME(DAYS)

145

0

145

0.0%

24.6% Time: 0.00%

COMPLETION

01/20/17

01/20/17

NOTICE TO PROCEED: 08/29/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 39 of 64

PROJECTS IN CONSTRUCTION

Page 203: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

L-00012-OIA CCTV'S ON AIRSIDE 2 FOR SOUTHWEST AIRLINES

CONTRACTOR: Orion Management Services, LLC

A/E: NONE

OAR: NONE

FUNDING: DFO - Southwest

GOAA CONTACTS:

Sponsor: Information Technology

Construction: John Vinelli

PROJECT COST: $254,141.00

Install twenty-four (24) CCTV cameras connected to the GOAA VMS server and storage headend, and five (5) video monitoring stations for Southwest Airlines on the Airside 2 ramp at the Orlando International Airport.

SCOPE:

STATUS: Installation of the cameras and mounts is complete. Verification of connectivity is in-progress.

CONSTRUCTION COST:

Original Contract $109,087.37

Thru Change Order # 0 $0.00

Current Contract $109,087.37Paid To Date Thru PA # 2 $92,942.41

TIME(DAYS)

180

0

180

0.0%

85.2% Time: 121.1%

COMPLETION

07/29/16

07/29/16

NOTICE TO PROCEED: 02/01/16

ANTICIPATED COMPLETION:

10/31/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 40 of 64

PROJECTS IN CONSTRUCTION

Page 204: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

L-00013-OIA LOW VOLTAGE CABLING, WIFI INSTALL, AND TESTING SVS

CONTRACTOR: Orlando Business Telephone Systems, Inc.

A/E: NONE

OAR: NONE

FUNDING: I&D (Improvement & Development Fund)

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Lewis Felker

PROJECT COST: $207,824.87

Assist GOAA with the installation, termination, testing, and labeling of the 75 WAP’s (Wireless Application Protocols) in the Hyatt Hotel at the Orlando International Airport.

SCOPE:

STATUS: Installation, termination, testing, and labeling activities are ongoing.

CONSTRUCTION COST:

Original Contract $207,824.87

Thru Change Order # 1 $22,493.47

Current Contract $230,318.34Paid To Date Thru PA # 2 $176,130.82

TIME(DAYS)

214

0

214

10.8%

76.5% Time: 51.4%

COMPLETION

06/25/16

06/25/16

NOTICE TO PROCEED: 11/25/15

ANTICIPATED COMPLETION:

10/19/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 41 of 64

PROJECTS IN CONSTRUCTION

Page 205: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

L-00016-OIA COMMUNICATION SERVICE DELIVERY

CONTRACTOR: Quality Cable Contractors, Inc.

A/E: NONE

OAR: NONE

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Lewis Felker

PROJECT COST: $100,000.00

Provide low voltage cabling installation and repair services for the Communication Service Delivery project on an on-call basis as directed by GOAA Information Technology Department at the Orlando International Airport.

SCOPE:

STATUS: This project is for on-call low voltage cabling installation and repair services through December 11, 2016.

CONSTRUCTION COST:

Original Contract $100,000.00

Thru Change Order # 0 $0.00

Current Contract $100,000.00Paid To Date Thru PA # 1 $662.61

TIME(DAYS)

335

0

335

0.0%

0.7% Time: 67.5%

COMPLETION

12/11/16

12/11/16

NOTICE TO PROCEED: 01/12/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 42 of 64

PROJECTS IN CONSTRUCTION

Page 206: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

L-00018-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-QCC)

CONTRACTOR: Quality Cable Contractors, Inc.

A/E: NONE

OAR: NONE

FUNDING: O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Lewis Felker

PROJECT COST: $200,000.00

Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.

SCOPE:

STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.

CONSTRUCTION COST:

Original Contract $200,000.00

Thru Change Order # 0 $0.00

Current Contract $200,000.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

365

0

365

0.0%

0.0% Time: 0.00%

COMPLETION

09/30/17

09/30/17

NOTICE TO PROCEED: 10/01/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 43 of 64

PROJECTS IN CONSTRUCTION

Page 207: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

L-00021-OIA ON-CALL LOW VOLTAGE SERVICES (FY17-GARNIER)

CONTRACTOR: Garnier Group & Associates, LLC

A/E: NONE

OAR: NONE

FUNDING: O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Information Technology

Construction: Lewis Felker

PROJECT COST: $75,000.00

Provide on-call low voltage cabling installation and repair services for all Aviation Authority facilities located at Orlando International Airport.

SCOPE:

STATUS: This project is for on-call low voltage cabling installation and repair services through September 30, 2017.

CONSTRUCTION COST:

Original Contract $75,000.00

Thru Change Order # 0 $0.00

Current Contract $75,000.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

365

0

365

0.0%

0.0% Time: 0.00%

COMPLETION

09/30/17

09/30/17

NOTICE TO PROCEED: 10/01/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 44 of 64

PROJECTS IN CONSTRUCTION

Page 208: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

PS-00329-OIA PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) - Excludes 5-Year Maintenance

CONTRACTOR: SKIDATA, Inc.

A/E: NONE

OAR: NONE

FUNDING: Cap.Ex./I&D/97Bds/OM

GOAA CONTACTS:

Sponsor: Parking Operations (McClung)

Construction: Greg Watson

PROJECT COST: $5,194,372.14

Professional Services (PS-329) for Parking Access and Revenue Control System (PARCS) at the Orlando International Airport. This project provides for all goods and services that are necessary or proper for, or incidental to, installing and maintaining a PARCS at the Orlando International Airport, including the furnishing of all hardware, software, interfaces, tools, equipment, materials, labor, supervision, project management, and warranties.

SCOPE:

STATUS: Installation of Phase 1, which includes Lanes 1, 6, 11, 16, 21, and31, and Phase 2, which includes Lanes 2, 7, 12, 17, 22, and 32, in the A and B Parking Garages, is complete. Phase 3 work, the next six lanes in the A and B Parking Garages, has begun.

CONSTRUCTION COST:

Original Contract $1,783,564.00

Thru Change Order # 4 $564,658.18

Current Contract $2,348,222.18Paid To Date Thru PA # 1 $99,312.05

TIME(DAYS)

518

0

518

31.7%

4.2% Time: 79.0%

COMPLETION

12/13/15

12/13/15

NOTICE TO PROCEED: 07/14/14

ANTICIPATED COMPLETION:

11/24/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 45 of 64

PROJECTS IN CONSTRUCTION

Page 209: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

R-00087-OIA EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE

CONTRACTOR: P&A Roofing and Sheet Metal, Inc.

A/E: NONE

OAR: NONE

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Pat Eby

PROJECT COST: $140,000.00

Provide on-call emergency response for GOAA building envelope repairs and waterproofing at the Orlando International Airport. Scheduled maintenance will be performed on an as-directed basis.

SCOPE:

STATUS: This project is for on-call building envelope repairs and waterproofing through March 1, 2017.

CONSTRUCTION COST:

Original Contract $140,000.00

Thru Change Order # 0 $0.00

Current Contract $140,000.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

282

0

282

0.0%

0.0% Time: 0.00%

COMPLETION

03/01/17

03/01/17

NOTICE TO PROCEED: 05/24/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 46 of 64

PROJECTS IN CONSTRUCTION

Page 210: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00743-OIA AIRSIDE 4 APM TOP RAIL REPAIR

CONTRACTOR: Clancy & Theys Construction Company

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: O&M

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $71,696.00

Repair of the paint system from the blistered areas on the top rail (9-inch round) of the Airside 4 Automated People Mover (APM) handrail system from the outer perimeter roadway at the Airside 4 back to the Landside Terminal at the Orlando International Airport. Also includes the repairing, preparation, priming and painting of the steel pipe on both sides of the walkway.

SCOPE:

STATUS: Change Order No. 1 was approved on August 16, 2016, which revised the scope of the work from repainting the top rails to repairing only the blistered areas. Work will be accomplished during the nights when the Automated People Movers (APMs) are down for routine maintenance, and is scheduled to begin in early October 2016.

CONSTRUCTION COST:

Original Contract $65,192.00

Thru Change Order # 1 ($31,610.52)

Current Contract $33,581.48Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

60

0

711

-48.5%

0.0% Time: 0.00%

COMPLETION

01/08/15

10/20/16

NOTICE TO PROCEED: 11/10/14

ANTICIPATED COMPLETION:

12/30/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 47 of 64

PROJECTS IN CONSTRUCTION

Page 211: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00745-OIA REHABILITATION OF STRUCTURAL STEEL ENPLANE ROADWAY CANOPIES, LEVEL 3, LANDSIDE B

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: Avcon, Inc.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap.Ex.

GOAA CONTACTS:

Sponsor: Construction (Patterson)

Construction: Mike Patterson

PROJECT COST: $2,050,000.00

Remove existing enplane fabric canopies, repair/replace damaged steel, remove paint to bare metal, prepare steel for new paint, and re-install canopies on the B-Side, Level 3, Landside Terminal, at the Orlando International Airport.

SCOPE:

STATUS: Phase 1, which includes Sections B-SM-1, B-DM-1, and B-DM-10, was completed on March 14, 2016. Phase 2, which includes Sections B-DM-2 and B-DM-9, was completed on April 20, 2016. Phase 3, which includes Sections B-DM-5 and B-DM-9, was completed on June 15, 2016. Phase 4, which includes Sections B-DM-11 and B-DM-4, was completed on July 22, 2016. Phase 5, which includes Sections B-DM-7 and B-DM-3, began on June 26, 2016, and was completed on August 31, 2016. United Airlines will remain at its temporary location until December 2016 until the new curbside counters are completed under BP-447. Phase 6 work began on September 6, 2016.

CONSTRUCTION COST:

Original Contract $1,776,397.27

Thru Change Order # 1 $13,584.15

Current Contract $1,789,981.42Paid To Date Thru PA # 7 $1,356,768.03

TIME(DAYS)

366

0

366

0.8%

75.8% Time: 78.4%

COMPLETION

12/06/16

12/06/16

NOTICE TO PROCEED: 12/07/15

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 48 of 64

PROJECTS IN CONSTRUCTION

Page 212: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00748-OIA AIRSIDES 1 AND 3 APM GUIDEWAY REHABILITATION

CONTRACTOR: Gomez Construction Company

A/E: Avcon, Inc.

OAR: PMA Consultants, LLC

FUNDING: LOC TBR by Rev. Bds.

GOAA CONTACTS:

Sponsor: Construction (Patterson)

Construction: John Carlson

PROJECT COST: $1,800,000.00

Repairs of concrete surface spalls and voids; isolated steel corrosion repairs of steel beams and connectors; design of the Tug Road Maintenance of Traffic (MOT) layout and details; replacement of the Tug Road wall expansion joint sealant; and replacement of rubber bearing pads located at the superstructure steel end connections to the substructures at the Orlando International Airport.

SCOPE:

STATUS: The original scope of work is complete. Work to reinforce pile caps was added by change order and is complete.

CONSTRUCTION COST:

Original Contract $419,700.00

Thru Change Order # 2 $189,389.42

Current Contract $609,089.42Paid To Date Thru PA # 7 $558,527.26

TIME(DAYS)

200

0

200

45.1%

91.7% Time: 212.0%

COMPLETION

02/04/16

02/04/16

NOTICE TO PROCEED: 07/20/15

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 49 of 64

PROJECTS IN CONSTRUCTION

Page 213: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00750-OIA ACS AT TICKET COUNTERS, LANDSIDE TERMINAL, A&B SIDES, LEVEL 3

CONTRACTOR: Gomez Construction Company

A/E: Matern Professional Engineering, Inc.

OAR: PMA Consultants, LLC

FUNDING: PFCs (Passenger Facility Charges)

GOAA CONTACTS:

Sponsor: Operations

Construction: John Carlson

PROJECT COST: $655,570.00

Design and construction to upgrade the outdated BHS controls. Work to include Access Control Systems (ACS) start interlocks at sixteen (16) ticket counters (west end of B side and all of A side ticket counters) at the Landside Terminal, A & B Sides Level 3, at the Orlando International Airport. This will update the BHS controls on the ticket counter conveyors to replace the old control stations with panel-views to provide operation feedback to the ticket agents and to include current GOAA standard requiring ACS interlocks.

SCOPE:

STATUS: The project is in the design/submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $655,570.00

Thru Change Order # 0 $0.00

Current Contract $655,570.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

90

0

90

0.0%

0.0% Time: 0.00%

COMPLETION

09/04/16

09/04/16

NOTICE TO PROCEED: 06/07/16

ANTICIPATED COMPLETION:

10/30/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 50 of 64

PROJECTS IN CONSTRUCTION

Page 214: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00751-OIA PARCS MISCELLANEOUS CONCURRENT VERTICAL REQUIREMENTS

CONTRACTOR: Clancy & Theys Construction Company

A/E: NONE

OAR: NONE

FUNDING: Cap.Ex./I&D/97Bds/OM

GOAA CONTACTS:

Sponsor: Parking Operations (McClung)

Construction: Greg Watson

PROJECT COST: $150,000.00

Miscellaneous vertical work required for the successful installation of the new Parking Access and Revenue Control System (PARCS) at the Orlando International Airport. Such work will consist of sub-tasks that will be designed prior to implementation of the PARCS equipment and infrastructure defined in cooperation with the PARCS Contractor (i.e., SKIDATA, Inc.), the Aviation Authority’s Authorized Representative (AAR) and the Contracting Officer (CO) with construction oversight by the Owner Authorized Representative (OAR) and AAR. The trades and scope requirements shall include, but are not limited to, structural, mechanical, electrical, demolition, concrete, and CCTV/ACS components.

SCOPE:

STATUS: Installation of 96-strands fiber between the GOAA Annex Building and the Construction Building (5850-B Cargo Road) is complete. Installation and testing of Automatic Vehicle Identification (AVI) antennas and associated wiring at the West Park Place parking facility is complete. Relocation of the North Park Place and access control to the communication room is complete. Relocation of the South Park Place, A-Side Plaza Communications Room renovations, and access control is complete. Relocation of the AVI and NPP Bus Exit is complete. Replacement and installation of mechanical units and communication rooms doors at the North Park Place parking facility included as part of Change Order No. 3 is 95% complete. Additional support scope will be priced as needed.

CONSTRUCTION COST:

Original Contract $150,000.00

Thru Change Order # 3 $0.00

Current Contract $150,000.00Paid To Date Thru PA # 4 $139,992.83

TIME(DAYS)

365

0

365

0.0%

93.3% Time: 147.9%

COMPLETION

12/14/15

12/14/15

NOTICE TO PROCEED: 12/15/14

ANTICIPATED COMPLETION:

11/24/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 51 of 64

PROJECTS IN CONSTRUCTION

Page 215: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00765-OIA PARKING GARAGES A, B & TERMINAL TOP - STRUCTURAL REHABILITATION

CONTRACTOR: R. L. Burns, Inc.

A/E: C&S Engineers, Inc.

OAR: CMTS/Hanson JV

FUNDING: Cap. Ex. (Capital Expenditure Fund),Revenue Bonds

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Tuan Nguyen

PROJECT COST: $1,845,000.00

308.631.611.566006.000.501069, 308.631.611.566006.000.500883, 1997 Bonds to the extent eligible

Structural repair and rehabilitation of major immediate-term items of Parking Garages A and B and Terminal Top at the Orlando International Airport. Repairs and rehabilitation are in accordance with the October 31, 2013, assessment report developed by Avcon, Inc.

SCOPE:

STATUS: The project is in the submittal/procurement phase.

CONSTRUCTION COST:

Original Contract $1,323,493.81

Thru Change Order # 0 $0.00

Current Contract $1,323,493.81Paid To Date Thru PA # 1 $47,615.45

TIME(DAYS)

120

0

120

0.0%

3.6% Time: 20.0%

COMPLETION

12/19/16

12/19/16

NOTICE TO PROCEED: 08/22/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 52 of 64

PROJECTS IN CONSTRUCTION

Page 216: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00787-OIA JET BLUE BUILDOUT - LANDSIDE LEVELS 2 AND 3

CONTRACTOR: Gomez Construction Company

A/E: C.T. Hsu & Associates, P.A.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund),Revenue Bonds

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $925,000.00

Relocate JetBlue Airways into existing space (approximately 1,150 sf) in the old American Airlines area of Quad A1 in Level 3 Airline Ticket Office (ATO) at the Orlando International Airport. Includes minor alteration and refurbishment of ATO designated areas along with refinishing the back wall and provision of wiring and cable for JetBlue ticket counters and scales. The design will include final coordination of scope area for JetBlue Airways and the layout for minor alterations of GOAA space and coordination of the required infrastructure needed to support the relocation and alterations. Project also includes the Relocation of JetBlue Airways into existing space (approximately 1,617 sqft) in the old American Airlines area of Quad A1 in Level 2 BSO area with minor alteration and cleanup of support space. Generally includes minor alterations, new paint, VCT, FRP Wainscot, and new carpet (from Project V785).

SCOPE:

STATUS: Renovation wok is complete with City final inspections in-progress.

CONSTRUCTION COST:

Original Contract $708,941.00

Thru Change Order # 1 $0.00

Current Contract $708,941.00Paid To Date Thru PA # 4 $593,576.33

TIME(DAYS)

120

0

120

0.0%

83.7% Time: 130.0%

COMPLETION

08/15/16

08/15/16

NOTICE TO PROCEED: 04/18/16

ANTICIPATED COMPLETION:

10/21/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 53 of 64

PROJECTS IN CONSTRUCTION

Page 217: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00788-OIA EAST APM MAINTENANCE AREA SECURITY IMPROVEMENTS

CONTRACTOR: Gomez Construction Company

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: LOC/Future Rev Bonds

GOAA CONTACTS:

Sponsor: Security

Construction: Mike Patterson

PROJECT COST: $428,608.00

Replace the security fencing and gates, add Access Control System (ACS) to the gates, install CCTV cameras for coverage of the gates, and install additional lighting for code compliant exit access to safe areas at the Orlando International Airport.

SCOPE:

STATUS: Installation of the conduit for the CCTV is 95% complete. CCTV camera and fence installation is scheduled to begin October 2016.

CONSTRUCTION COST:

Original Contract $144,969.05

Thru Change Order # 0 $0.00

Current Contract $144,969.05Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

90

0

90

0.0%

0.0% Time: 0.00%

COMPLETION

11/19/16

11/19/16

NOTICE TO PROCEED: 08/22/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 54 of 64

PROJECTS IN CONSTRUCTION

Page 218: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00789-OIA AIRSIDE 4 DELTA AIRLINES MAINTENANCE SUPPORT RELOCATION

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: KBJ Architects, Inc.

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: CapEx

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: Mike Patterson

PROJECT COST: $878,750.00

Relocate the Delta Airlines Maintenance Support functions from the small buildings adjacent to the Airside Hub to Wing 11 at the Orlando International Airport.

SCOPE:

STATUS: Substantial Completion was achieved on September 30, 2016.

CONSTRUCTION COST:

Original Contract $306,504.00

Thru Change Order # 0 $0.00

Current Contract $306,504.00Paid To Date Thru PA # 2 $148,523.39

TIME(DAYS)

150

0

150

0.0%

48.5% Time: 61.3%

COMPLETION

11/11/16

11/11/16

NOTICE TO PROCEED: 06/15/16

ANTICIPATED COMPLETION:

Subs.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 55 of 64

PROJECTS IN CONSTRUCTION

Page 219: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00792-OIA KITCHEN/DINING RENOVATION AT HEMISPHERE (DESIGN/BUILD)

CONTRACTOR: Gomez Construction Company

A/E: NONE

OAR: PMA Consultants, LLC

FUNDING: Cap. Ex. (Capital Expenditure Fund),I&D (Improvement & Development Fund)

GOAA CONTACTS:

Sponsor: Construction (Patterson)

Construction: Mike Patterson

PROJECT COST: $2,993,559.00

Replace the sanitary pipe in the cavity space underneath the kitchen floor, remove and replace the kitchen floor, renovate and upgrade the kitchen including new equipment, wall and floor finishes and the necessary MEP work for the new equipment hook-ups, and complete minor remodel and finish upgrades in the Dining area of the Hemisphere Restaurant at the Orlando International Airport.

SCOPE:

STATUS: The project has been changed to a Design/Build with 2 phases. Phase 1 is for the kitchen renovations and Phase 2 is for the dining room renovations.

Demolition in both the kitchen and dining room is complete. Plumbing rough-in and framing in the kitchen are complete. Floor and wall finishes are in-progress. Kitchen equipment installation is in-progress.

CONSTRUCTION COST:

Original Contract $141,749.00

Thru Change Order # 4 $2,377,421.62

Current Contract $2,519,170.62Paid To Date Thru PA # 6 $1,650,751.93

TIME(DAYS)

236

37

273

1677.2%

65.5% Time: 89.7%

COMPLETION

09/24/16

10/31/16

NOTICE TO PROCEED: 02/02/16

ANTICIPATED COMPLETION:

11/01/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 56 of 64

PROJECTS IN CONSTRUCTION

Page 220: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00796-OIA AIRSIDE 3 APM COOP

CONTRACTOR: Clancy & Theys Construction Company

A/E: NONE

OAR: PMA Consultants, LLC

FUNDING: Revenue Bonds

GOAA CONTACTS:

Sponsor: Engineering (Birkebak)

Construction: John Carlson

PROJECT COST: $1,881,200.00

Provide 3,209 SF air conditioned vertical circulation lobby, 2,975 SF of aluminum canopy, 131 feet of 8 foot high fence, two double gates, and two sliding gates. Provide 5 foot candles of lighting under the canopy. Work is required for the Airside 3 Continuity of Operations Plan (COOP) for Automatic People Mover (APM) outages at the Orlando International Airport.

SCOPE:

STATUS: Installation of the foundations is complete. Masonry installation is complete. Ramp placements are complete. Installation of the aluminum canopy is complete. Handrail installation is in-progress.

CONSTRUCTION COST:

Original Contract $1,433,300.00

Thru Change Order # 1 ($5,762.82)

Current Contract $1,427,537.18Paid To Date Thru PA # 6 $1,055,776.11

TIME(DAYS)

220

0

220

-0.4%

74.0% Time: 92.3%

COMPLETION

10/05/16

10/05/16

NOTICE TO PROCEED: 02/29/16

ANTICIPATED COMPLETION:

10/14/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 57 of 64

PROJECTS IN CONSTRUCTION

Page 221: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00815-OIA ADDITIONAL PARCS MISC CONCURRENT VERTICAL REQUIREMENTS

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: NONE

OAR: NONE

FUNDING: Cap. Ex. (Capital Expenditure Fund),I&D (Improvement & Development Fund),O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Parking Operations (McClung)

Construction: Greg Watson

PROJECT COST: $150,000.00

Miscellaneous vertical work required for the successful installation of the new Parking Access and Revenue Control System (PARCS) at the Orlando International Airport. Such work will consist of sub-tasks that will be designed prior to implementation of the PARCS equipment and infrastructure defined in cooperation with the PARCS Contractor (i.e., SKIDATA, Inc.), the Aviation Authority's Authorized Representative (AAR) and the Contracting Officer (CO) with construction oversight by the Owner Authorized Representative (OAR) and AAR.

SCOPE:

STATUS: The project is for on-call miscellaneous vertical construction services in support of the new PARCS Program.

CONSTRUCTION COST:

Original Contract $150,000.00

Thru Change Order # 0 $0.00

Current Contract $150,000.00Paid To Date Thru PA # 1 $41,653.80

TIME(DAYS)

270

0

270

0.0%

27.8% Time: 63.3%

COMPLETION

12/19/16

12/19/16

NOTICE TO PROCEED: 03/25/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 58 of 64

PROJECTS IN CONSTRUCTION

Page 222: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00816-OIA DRYWALL INSTALLATION AT OPD OFFICE CORRIDORS

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Mike Patterson

PROJECT COST: $58,377.00

Install new drywall, finish (Level 4), paint, and install new base in Orlando Police Department (OPD) office corridors (approximately 5,000 SF) at Orlando International Airport. The scope includes install 1/4-inch drywall, finish and paint interior corridors (one coat of primer and two finish paint coats), install new vinyl base. Contractor shall protect surrounding work areas from damage or disfiguration and remove waste materials, debris and rubbish from the jobsite daily.

SCOPE:

STATUS: Substantial Completion was achieved on September 30, 2016.

CONSTRUCTION COST:

Original Contract $44,501.00

Thru Change Order # 1 $9,562.00

Current Contract $54,063.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

60

5

65

21.5%

0.0% Time: 0.00%

COMPLETION

09/29/16

10/04/16

NOTICE TO PROCEED: 08/01/16

ANTICIPATED COMPLETION:

Subst.Compl.

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 59 of 64

PROJECTS IN CONSTRUCTION

Page 223: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00818-OIA TEMPORARY BAGGAGE SCREENING AREA FOR B SIDE

CONTRACTOR: R. L. Burns, Inc.

A/E: NONE

OAR: PMA Consultants, LLC

FUNDING: GARBS (General Account Revenue Bonds)

GOAA CONTACTS:

Sponsor: Operations

Construction: John Carlson

PROJECT COST: $324,846.00

Relocate existing L3 EDS machines cordoning off existing Bag Claim Area No. 01, and provide temporary roller conveyors for a temporary alternate screening area on Level 2, B Side West, for the duration of the Optimization of Pods A and B under BP-444 at the Orlando International Airport.

SCOPE:

STATUS: Relocation of the L3 EDS machines was completed in October 2016. TSA certification is in-progress.

CONSTRUCTION COST:

Original Contract $242,601.00

Thru Change Order # 1 $4,139.40

Current Contract $246,740.40Paid To Date Thru PA # 3 $103,225.34

TIME(DAYS)

60

0

60

1.7%

41.8% Time: 203.3%

COMPLETION

07/29/16

07/29/16

NOTICE TO PROCEED: 05/31/16

ANTICIPATED COMPLETION:

10/14/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 60 of 64

PROJECTS IN CONSTRUCTION

Page 224: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00821-OIA EAST & WEST SECURITY CHECKPOINT EMPLOYEE LANES (D/B)

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: PFCs (Passenger Facility Charges)

GOAA CONTACTS:

Sponsor: Security

Construction: Mike Patterson

PROJECT COST: $365,000.00

Create two Employee Security Lanes, one at the East Security Checkpoint and one at the West Security Checkpoint at the Orlando International Airport. Each Employee Lane is to be enclosed by 9 foot high glazed walls constructed of nominal 2” x 4” aluminum storefront with ¼” clear tempered glass. The East Checkpoint consists of approximately 65 feet of new storefront and approximately 35 feet of existing storefront. The West Checkpoint consists of approximately 47 feet of new storefront and approximately 37 feet of existing storefront. Frosted film to be applied on interior faces of all glass. Each checkpoint also has one 3’-0” x 7’-0” storefront door. Each Checkpoint will have equipment and furnishings which include one Metor 300 walk through metal detector, one Rapiscan 622XR x-ray, two tables (one at each end of the x-ray), one accessible gate, one bench, one storage cabinet and security equipment such as cameras and access reader at each door. Cost for the FF&E items will be provided by GOAA. Electrical and data outlets will be provided at the required pieces of equipment as necessary.

SCOPE:

STATUS: Installation of the new lane enclosures (per the original scope of work) is complete and the project achieved Substantial Complete on August 9, 2016. The new lane enclosures were operational on August 15, 2016. An Owner-requested change to add new entrance doors at both the East and West Checkpoints has been approved. Delivery of the new entrance doors is scheduled for mid-October 2016 with installation scheduled for completion by October 30, 2016.

CONSTRUCTION COST:

Original Contract $145,660.00

Thru Change Order # 2 $50,314.66

Current Contract $195,974.66Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

69

0

69

34.5%

0.0% Time: 0.00%

COMPLETION

08/09/16

08/09/16

NOTICE TO PROCEED: 06/02/16

ANTICIPATED COMPLETION:

10/30/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 61 of 64

PROJECTS IN CONSTRUCTION

Page 225: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00822-OIA LANDSIDE LEVEL 3 COMPANION RESTROOM MODIFICATIONS (D/B)

CONTRACTOR: H. W. Davis Construction, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: Cap. Ex. (Capital Expenditure Fund)

GOAA CONTACTS:

Sponsor: Customer Service

Construction: Mike Patterson

PROJECT COST: $168,035.00

Modify four (4) Companion Restrooms on Level 3 of the Landside Terminal at the Orlando International Airport.

SCOPE:

STATUS: The first restroom has been completed.

CONSTRUCTION COST:

Original Contract $115,949.00

Thru Change Order # 0 $0.00

Current Contract $115,949.00Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

90

0

90

0.0%

0.0% Time: 0.00%

COMPLETION

11/26/16

11/26/16

NOTICE TO PROCEED: 08/29/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 62 of 64

PROJECTS IN CONSTRUCTION

Page 226: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-00824-OIA RELOCATION OF HANDRAILS AT LANDSIDE STATION FOR AIRSIDE 2 APM

CONTRACTOR: Prime Construction Group, Inc.

A/E: NONE

OAR: Geotech Consultants International, Inc. dba GCI, Inc.

FUNDING: O&M (Operations & Maintenance Fund)

GOAA CONTACTS:

Sponsor: Maintenance

Construction: Thomas O'Day

PROJECT COST: $58,850.49

Relocate handrails at Landside Station for Airside 2 APM at the Orlando International Airport. Fabricate and install lockable access gates matching existing rail, patching and painting repair areas as required.

SCOPE:

STATUS: The project is 85% complete.

CONSTRUCTION COST:

Original Contract $58,850.49

Thru Change Order # 0 $0.00

Current Contract $58,850.49Paid To Date Thru PA # 0 $0.00

TIME(DAYS)

30

0

30

0.0%

0.0% Time: 0.00%

COMPLETION

10/11/16

10/11/16

NOTICE TO PROCEED: 09/12/16

ANTICIPATED COMPLETION:

On Schedule

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 63 of 64

PROJECTS IN CONSTRUCTION

Page 227: GREATER ORLANDO AVIATION AUTHORITY AGENDA · GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 19, 2016, MEETING PAGE 2 . VI. CONSENT AGENDA (con't): H. Recommendation to

V-S00003-OIA NORTH TERMINAL APM STATION IDF ROOM BUILDOUT AND CCTV INSTALLATION

CONTRACTOR: Gomez Construction Company

A/E: NONE

OAR: AECOM Technical Services, Inc.

FUNDING: Aviation Authority Funds,PFCs (Passenger Facility Charges)

GOAA CONTACTS:

Sponsor: Construction (Patterson)

Construction: Mike Patterson

PROJECT COST: $299,000.00

from South APM Program

The North Terminal APM Station IDF Room Buildout and Associated CCTV project consists of: Finishing out the interior of the previously constructed IDF and Mechanical Room 3-9391 with 5/8 drywall, insulation, paint and vinyl trim base; installing three metal doors w/hardware, one with electronic card access into the IDF room, laminate panels on the exterior of the IDF room with reveals and stainless steel base; one fan coil unit connected to the mechanical room on level one below with all associated controls w/testing and balancing, electrical power to the IDF and Mechanical room and equipment to be installed within the rooms; supply and install of 8 security cameras with licenses, five access control card readers, all racks and trays, conduit and fiber from Com Room 2-6190 and 3-9146 to the new IDF room 3-9391, install of GOAA supplied monitors on the previously installed sign structure along with servers within the IDF room, landing of and programming data to previously installed signage, supply and install of misc. trim and final finishes to coordinate with the end user at the Orlando International Airport.

SCOPE:

STATUS: Work is 98% complete with installation of miscellaneous trim and finishes in-progress. Additional work to relocate electrical outlets and install fire hose cabinet covers/doors is forthcoming.

CONSTRUCTION COST:

Original Contract $279,695.75

Thru Change Order # 0 $0.00

Current Contract $279,695.75Paid To Date Thru PA # 1 $24,515.46

TIME(DAYS)

90

0

90

0.0%

8.8% Time: 137.8%

COMPLETION

08/02/16

08/02/16

NOTICE TO PROCEED: 05/05/16

ANTICIPATED COMPLETION:

10/30/2016

Greater Orlando Aviation Authority - Construction Report for September 2016 Page 64 of 64

PROJECTS IN CONSTRUCTION