GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: OCTOBER 19, 2016 DAY: WEDNESDAY TIME: 2:00 P.M.

Size: px
Start display at page:

Download "GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: OCTOBER 19, 2016 DAY: WEDNESDAY TIME: 2:00 P.M."

Transcription

1 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 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) 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.

2 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 , Debarment of Contractors J. Recommendation to Approve Revisions to Four Aviation Authority Committees to Conform to Proposed Organizational Policy, Section , 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) # , 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)

3 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

4 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22 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 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)

23 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 the proposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a fulltime position to support the Information Technology (IT) Infrastructure and IT Telecom groups. It is anticipated that this position will be onsite 40 hours per week and will be under the direction of an Aviation Authority IT Manager. As a member of the Aviation Authority IT team, the Sr. Systems Administrator will be responsible for carrying out day-to-day operations under the direction of the Aviation Authority IT team for the period beginning October 1, 2016 and ending September 30, 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 the proposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a fulltime position to support the Information Technology (IT) Telecom group. It is anticipated that this position will be onsite 40 hours per week, 7 days per week, and will be under the direction of an Aviation Authority IT Manager. As a member of the Aviation Authority IT team, the Telecommunications Engineer will be responsible for carrying out day-to-day operations under the direction of the Aviation Authority IT team for the period beginning October 1, 2016 and ending September 30, 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

24 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 the proposal from Faith Group Consulting, LLC, dated August 8, 2016, to provide a full time position to support the Information Technology (IT) Telecom group. It is anticipated that this position will be onsite 40 hours per week, 7 days per week, and will be under the direction of an Aviation Authority IT Manager. As a member of the Aviation Authority IT team, the Service Desk Representative will be responsible for carrying out day-to-day operations under the direction of the Aviation Authority IT team for the period beginning October 1, 2016 and ending September 30, 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 will upgrade the existing Shared Server 2010 Exchange System to a Stand-Alone 2016 Microsoft Exchange Server, which will increase user capabilities, update to the latest software version, and increase functionality. AECOM Technical Services, Inc. will provide Project Management direction, and its subconsultant, Presidio Networked Solutions, Inc., will complete the upgrade. It is anticipated the scope of work will take 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

25 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

26

27

28

29

30 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 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 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 CONSENT AGENDA ITEM B -

31 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 -

32 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.

33 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 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 -

34 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.

35 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 $ per square foot in the build-out of original Improvements for the portion of the Premises located on Airside 4 on November 10, 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, 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 -

36 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.

37 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 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 Our projected schedule calls for the South Terminal Complex to be completed in 2019 or early 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, 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 -

38 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.

39 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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, 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 ( 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 (2010)(ACA). As a general rule, Notice 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 (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 (Apr. 9, 2010), CONSENT AGENDA ITEM G -

40 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 , 81 FR 44557, and DOD Reg. Section 199.8(d)(6)(ii)(B). ALTERNATIVES Do not amend the Plan to comply with IRS Notice , 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 , 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 , 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.

41 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 and , 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 -

42 ASSETS NEEDING BOARD APPROVAL For October 2016 Meeting ASSET # GOAA GENERAL UPS, APC Model #2200RMXLNET S/N ES Telecommunications Surplus Cabinet, 72" X 29" X 32", W/19" Mounting Rails Videophone, Public Access S/N SPP10FV 0910 ORL 005 Access Points (Assorted) Antennas & Brackets (Assorted) Antennas (12) Antennas, 120-Degree Section (20) Batter Rack, Green Battery Packs (3) Bookshelf Cabinet Doors (8) Cabling, 10 Circa Outdoor Ceiling Speaker Chairs (18) Door Louvers, DAMAC (4) LIU - 18 Port (OCC) Non-Lockable LIU (20) Page Control/Intercom Paging Horns, Valcom (11) Patch Cords (Assorted) Phones, Crash, Red (17) Power Supplies (2) Power Supply, Kentrox (11) Power Supply, Valcom Rack Mount Brackets, APC-UPS (2) Rack, Wall Mount Recording Systems (2) Relay Ringer, Suhumway (3) Swing Gates (Assorted) Switch, 24-Port, Ethernet (2) UPS, Oneac Voice Announcer, Interalia Wall Mounts (18) Wire Managers (13) Wire Power Supplier

43 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 , 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 , Debarment of Contractors. CONSENT AGENDA ITEM I -

44 Organizational Policy: Section Debarment of Contractors Administration OBJECTIVE Definitions This policy establishes the process and parameters for establishing a Debarment List. This policy applies to all Contractors. 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 Automatic Debarment 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 and certified mail, return receipt requested. If a Contractor objects to its rating, it may submit a written response in writing (not ) 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. 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: GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 1 of 6

45 Organizational Policy: Section Debarment of Contractors Administration 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 securityrelated 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. GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 2 of 6

46 Organizational Policy: Section Debarment of Contractors Administration Immediate Suspension for Safety or Security Violations Debarment Authority 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. 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 including good and services purchased under Operational Procedure , General Procedures and Approval Authorizations; Construction Committee as authorized under Policy ; Retirement Benefits Committee as authorized under Policy ; Professional Services Committee as authorized under Policy and for professional services as authorized under Policy , 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 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; GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 3 of 6

47 Organizational Policy: Section Debarment of Contractors Administration 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 ) in opposition to the proposed debarment, within 14 calendar days after receipt of the 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 ) 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; GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 4 of 6

48 Organizational Policy: Section Debarment of Contractors Administration 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 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 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 5 of 6

49 Organizational Policy: Section Debarment of Contractors Administration 5. States whether completion of any current contract or subcontract will be permitted. Remedies Appeals See Also APPROVAL AND UPDATE HISTORY 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. 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. Policy Executive Director Policy Concessions/Procurement Committee Policy Construction Committee Policy Retirement Benefits Committee Policy Professional Services Committee Policy Access and Operations in the SIDA/AOA Policy Access and Operations on the Movement/Safety Areas Authority Board: Executive Director: GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL Page 6 of 6

50 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 , 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 including good and services purchased under Operational Procedure , General Procedures and Approval Authorizations; Construction Committee as authorized under Policy ; Retirement Benefits Committee as authorized under Policy ; Professional Services Committee as authorized under Policy and for professional services as authorized under Policy , 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 , Debarment of Contractors. ALTERNATIVES There are no alternatives under consideration at this time. CONSENT AGENDA ITEM J -

51 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 , Concessions/Procurement Committee; Policy , Construction Committee, Policy Retirement Benefits Committee; and Policy Professional Services Committee.

52 Organizational Policy: Section Concessions/Procurement Committee Administration 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 , 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 Function A quorum consists of a majority of the voting members. 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 GREATER ORLANDO AVIATION AUTHORITY May 20, 2015 POLICY AND PROCEDURE MANUAL Page 1 of 3

53 Section Administration Organizational Policy: Concessions/Procurement Committee the Assistant Director, Purchasing and Material Control or the Purchasing Manager as established periodically by Policy , General Procedures and Approval Authorizations, Section (i), Approval Authority (except as described below); 3. Evaluate and recommend award of work to a nonconstruction Continuing Contractor as defined in Policy , 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 , 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 ); (b) Professional Services, as defined in Policy , 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. Approval 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 May 20, 2015 Page 2 of 3 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

54 Section Administration Organizational Policy: Concessions/Procurement Committee reject the Committee's recommendation for any or all awards. Notice Meeting Appeals 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 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. Policy , Capital Management Committee Policy , Debarment of Contractors Policy , Purchasing Introductions and Definitions Policy , 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 GREATER ORLANDO AVIATION AUTHORITY May 20, 2015 POLICY AND PROCEDURE MANUAL Page 3 of 3

55 Organizational Policy: Section Construction Committee Administration 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 Function A quorum consists of a majority of the voting members of the Construction Committee 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: GREATER ORLANDO AVIATION AUTHORITY February 17, 2016 POLICY AND PROCEDURE MANUAL Page 1 of 4

56 Section Administration Organizational Policy: Construction Committee 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 , Construction Management Contracts, recommend proposed GMPs and GMP Amendments to the Aviation Authority Board, approve all CME subcontract awards, CME February 17, 2016 Page 2 of 4 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

57 Organizational Policy: Section Construction Committee Administration 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 , 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 , 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. GREATER ORLANDO AVIATION AUTHORITY February 17, 2016 POLICY AND PROCEDURE MANUAL Page 3 of 4

58 Section Administration Meetings Appeals See Also Organizational Policy: Construction Committee Meetings are scheduled as necessary by the Committee Chair at a time and place designated by the Committee Chair. 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. For detailed descriptions of the functions of the Construction Committee, see: Policy , Capital Management Committee Policy , Construction Contracts and Changes Policy , Selecting Professional Construction Services Policy , Construction Management Entity Contracts APPROVAL AND UPDATE HISTORY Format and Re-numbering Approval Policy , Debarment of Contractors Authority Board: August 28, 1991 (4R) Last Approval Authority Board: August 15, 2012 Executive Director: February 17, 2016 Supersedes All previous February 17, 2016 Page 4 of 4 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

59 Organizational Policy: Section Retirement Benefits Committee Administration 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 , Debarment of Contractors. GREATER ORLANDO AVIATION AUTHORITY June 19, 2015 POLICY AND PROCEDURE MANUAL Page 1 of 2

60 Section Administration Notice Meeting See Also Organizational Policy: Retirement Benefits Committee 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 , Debarment of Contractors APPROVAL AND UPDATE HISTORY Last Approval Authority Board: October 16, 2013 Executive Director: June 19, 2015 Supersedes All Previous June 19, 2015 Page 2 of 2 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

61 Organizational Policy: Section Professional Services Committee Administration 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 and by the Finance Committee as authorized in Policy , 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 , 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 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, METHOD OF OPERATION Composition The Professional Services Committee (PSC) is composed of the following voting members: GREATER ORLANDO AVIATION AUTHORITY October 13, 2014 POLICY AND PROCEDURE MANUAL Page 1 of 4

62 Section Administration Organizational Policy: Professional Services Committee 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 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 October 13, 2014 Page 2 of 4 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

63 Organizational Policy: Section Professional Services Committee Administration 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 , 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 , 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 Meeting QUOROM In compliance with the Florida Statutes governing public meetings, proper notice of the PSC meetings will be given and minutes will be published. Meetings are scheduled as necessary by the PSC Chair at a time and place designated by the PSC Chair. 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. GREATER ORLANDO AVIATION AUTHORITY October 13, 2014 POLICY AND PROCEDURE MANUAL Page 3 of 4

64 Section Administration SEE ALSO Organizational Policy: Professional Services Committee 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 , Capital Management Committee Policy , Construction Contracts and Changes Policy , Construction Related Professional and Consulting Services Policy , Construction Management Contracts Policy , Debarment of Contractors APPROVAL AND UPDATE HISTORY Last Approval Authority Board: October 16, 2013 Executive Director: October 13, 2014 Supersedes All Previous October 13, 2014 Page 4 of 4 GREATER ORLANDO AVIATION AUTHORITY POLICY AND PROCEDURE MANUAL

65 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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, 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 -

66 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 nonexclusive 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.

67 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 , 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 , 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, Agati, Inc. (associated services only) $ 30, 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, ALTERNATIVES There are no reasonable alternatives being considered. CONSENT AGENDA ITEM L -

68 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.

69 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 , 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, The purchase of the furniture replacement services is valued at a not-to-exceed amount of $278, 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, by the Construction Finance Oversight Committee. CONSENT AGENDA ITEM M -

70 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, is within budget as funded by the Capital Expenditure Fund. The balance of $1,317, is included in the proposed Capital Expenditure Fund budget ratified at the Construction Finance Oversight Committee meeting on October 13, 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).

71 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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) # , 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) $ $190, Clearwater Distribution (Product #Decor 4024) $ $194, Roses Delight, Inc. (Product #11638 Private Label) $ $220, Dade Paper Company (Product #11638) $ $261, SupplyWorks A (Product #11638) $ $267, SupplyWorks B (Product #19881/01) $ $325, All Florida Paper (Product #19881/01) $ $340, Veritiv Operating Company (Product #19881/01) $ $341, Southeastern Paper Group (Product #19881/01) $ $344, 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 -

72 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 # to Dade Paper Company for Product # 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 nonresponsive for the reasons stated; 2) award Purchasing Request for Written Quotations # 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.

73

74

75

76

77 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 A. The Aviation Authority s Policy (Section , 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, Funding is available from the previously-approved Capital Expenditure Fund. CONSENT AGENDA ITEM O -

78 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 A; (2) authorize funding from previouslyapproved 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.

79 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 #Y 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 , 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 -

80 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 #Y 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.

81 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 in the amount of $2,200,000.00, (b) approve the use of Capital Expenditure Funds for Change Order No. BP , 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 in the amount of $683,000.00; Change Order No. BP in the amount of $1,310,000.00; Change Order No. BP in the amount of $1,550,000.00; Change Order No. BP in the amount of $914, and a time extension of 71 calendar days to substantial completion; Change Order No. BP in the amount of $407,548.79; Change Order No. BP in the amount of $2,345,815.00; and, Change Order No. PS 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

82 Attachment A (Page 1 of 6) Change Order BP 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, (3.2% of Original Contract Price) Original Contract Amount: $ 69,692, Previous Change Orders: $ 1,976, (2.8% of Original Contract Price) Revised Contract Amount: $ 73,868, Time Extension: Funding Source: None Capital Expenditure Funds Description of Change: 1. Add Allowance (Exterior Sewer Renovations) for $2,200, 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, 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, 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 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 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 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, (1.0% of Original Contract Price) Original Contract Amount: $ 69,692, Previous Change Orders: $ 4,176, (6.0% of Original Contract Price) Revised Contract Amount: $ 74,551,796.71

83 Attachment A (Page 2 of 6) Time Extension: Funding Source: None 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 to use for plastic laminate panels for a deduct amount of $400, 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 to use for plastic laminate panels for a deduct amount of $400, 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, 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 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 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, (1.9% of Original Contract Price) Original Contract Amount: $ 69,692, Previous Change Orders: $ 4,859, (7.0% of Original Contract Price) Revised Contract Amount: $ 75,861, Time Extension: Funding Source: None 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, 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, 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, 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.

84 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, 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, Change Order BP 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, (2.2% of Original Contract Price) Original Contract Amount: $ 69,692, Previous Change Orders: $ 6,169, (8.9% of Original Contract Price) Revised Contract Amount: $ 77,411, Time Extension: Funding Source: None 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, 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, 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, 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, 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,

85 Attachment A (Page 4 of 6) Change Order BP Construction Committee: October 11, 2016 Project: Recapitalization of Pods A and B Contractor: Jervis B. Webb Company Amount This Change Order: $ 914, (3.4% of Original Contract Price) Original Contract Amount: $ 26,621, Previous Change Orders: $ 715, (2.7% of Original Contract Price) Revised Contract Amount: $ 28,250, Time Extension: Funding Source: 71 calendar days to substantial completion 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 , Allowances, and the Contract. ADD: $220, 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 recontrol 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 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.

86 Attachment A (Page 5 of 6) Change Order BP Construction Committee: October 11, 2016 Project: Ticket Lobby Program Main Ticket Lobby Modifications Contractor: PCL Construction Services, Inc. Amount This Change Order: $ 407, (0.6% of Original Contract Price) Original Contract Amount: $ 71,243, Previous Change Orders: $ 222, (0.3% of Original Contract Price) Revised Contract Amount: $ 71,873, Time Extension: Funding Source: None 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 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, (30.8% of Original Contract Price) Original Contract Amount: $ 7,619, Previous Change Orders: $ 0.00 (0.0% of Original Contract Price) Revised Contract Amount: $ 9,965, Time Extension: Funding Source: None 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.

87 Attachment A (Page 6 of 6) Change Order PS Construction Committee: October 11, 2016 Project: Parking Access and Revenue Control System (PARCS) Contractor: SKIDATA, Inc. Amount This Change Order: $ 253, (14.2% of Original Contract Price) Original Contract Amount: $ 1,783, Previous Change Orders: $ 310, (17.4% of Original Contract Price) Revised Contract Amount: $ 2,348, Time Extension: Funding Source: None 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.

88 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 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 -

89 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, 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 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.

90 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 , 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 threeyear 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 -

91 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.

92 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

93 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.

94 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 -

95 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.

96 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 -

97 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.

98 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

99 The contingency shall be utilized to compensate for an increase in the cost of work incurred by the 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 Services Agreement. The 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:

100 Schedule Approved GMP through Amendment No. 3 Revised GMP Substantial Completion 04/05/ /30/2016 Final Completion 08/03/ /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.

101 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

102 General condition expenses, such as management staff, limited to those set forth in the Agreement, and The Fee in the amount proposed in the competitive Fee and Overhead Price Proposal to compensate the for all profit, overhead and non-reimbursable general requirements such as cell phones, software, vehicles, office supplies, and personal equipment used by management staff. For PCL Construction Services, Inc., the Fee is 5.89%. The Agreement also allows each Guaranteed Maximum Price (GMP) to include two contingency budgets (Owner and to be used only when authorized by the Aviation Authority in accordance with the 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, 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.

103 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, 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.

104 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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-toexceed amount of $249,000. CONSENT AGENDA ITEM Y -

105 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.

106 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

107 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 notto-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-toexceed amount of $45,516, ISSUES A fee has been negotiated with HNTB Corporation for a total amount of $30,570, 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

108 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, ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $30,570, 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.

109 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

110 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.

111 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 notto-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, CONSENT AGENDA ITEM BB -

112 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.

113 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 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 -

114 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

115 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: Sixth: 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 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. 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.

116 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 topranked firms; and, (3) authorize an Aviation Authority Officer or the Executive Director to execute the necessary contract documents following satisfactory review by legal counsel.

117 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

118 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.

119 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

120 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 $ Airside 1 Wing 5 Tile $ OPD Weapons Storage Lock Control $ A & B Enplane Drive Planter Repair $ 155, NMSB2 Panel $ 1,056, B Garage Stairwell Rehabilitation $ 38, Employee Parking Lot Rehab $ 7, Dynamic Signs 80s Wing $ 500, Landside Emergency Power Design $ 53, Airside 4 Emergency Power Infrastructure $ 402, Taxiway A Rehab and Improvements $ 36, Master Irrigation Control Replacement $ 75, Airport Roadway Rehab Westside $ 541, Commercial Lane Remarking $ 12, Expansion Joint Replacement Garage $ 11, Soffit Demolition Enplane Drive A & B Sides $ 7, Airsides 2 and 4 Guideway Steel Repainting $ 47, TOTAL $ 2,946, 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.

121 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

122 Source of Funds Amount Fire Alarm Repairs/Upgrade in Garage B $ 92, Checkpoint Modifications $ 22, Asphalt Repairs at Taxiway G and B6 $ 4, Expansion Joint Replacement Terminal $ 2, Computer Based Training Classroom. $ 1, TOTAL $ 124, 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.

123 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 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 has been identified from certain unrelated projects that have been completed and remaining funds are available for reallocation to fund Project V The unrelated projects and associated fund amounts are as follows: Source of Funds Amount HVAC Replacement Cooling Tower $ 28, Install A/C in Comm. Room $ 5, Air Handler Unit 37 Replacement $ 222, Taxiway A Rehab and Improvements $ 37, Main Phone Room Electrical Panel $ Board Room Equipment Assessment $ Airside 1 Wing 5 Tile $ TOTAL $ 293, Funding in the amount of $293,482 is needed from Capital Expenditure Funds to proceed with Project V Approval by the Aviation Authority Board and Orlando City Council is necessary for this non-budgeted expenditure. CONSENT AGENDA ITEM GG -

124 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 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.

125 MEMORANDUM GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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, 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 -

126 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.

127 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 , 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

128 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. 2

129 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 3

130 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, GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher, Chairman ATTEST: By: Dayci S. Burnette-Snyder, Assistant Secretary 4

131 EXHIBIT A FORM OF SERIES 2015 FIRST AMENDMENT

132 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

133 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 1

134 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: 2

135 "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, (B) Amendment of Maturity Date. (i) follows: Section 4 of the Credit Agreement is hereby amended to read as "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, (C) Amendment to Unused Fee. Section 10(e)(i) of the Credit Agreement is hereby amended and restated to read as follows: 3

136 "(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) Credit Note: With respect to the Tax-Exempt Series 2015 (PNC) Revolving "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." Note: (ii) With respect to the Taxable Series 2015 (PNC) Revolving Credit "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: 4

137 "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] 5

138 [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) ATTEST: By: Chairman By: Assistant Secretary PNC BANK, NATIONAL ASSOCIATION By: Senior Vice President 6

139 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

140 Action Competition Vendor PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016 Committee Approval Cost Funding Description of Goods or Service Term Date Signed Award RFQ Gexpro CPC 8/30/16 $163, 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 Adaptive Communications CPC 9/12/16 $199, 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 Authoritywide WiFi Technology Upgrade Project. One Time purchase 9/23/2016 Amendment No. 1 - Option Renewal GOAA - Bid New Image Upholstery, Inc. PM Memo 6/16/16 $98, O & M Fund Rattan/ Wicker Chair Repair Service 12 Month Term 9/13/2016 Amendment No. 2 - Option Renewal GOAA - Bid Dunbar Armored, Inc. PM Memo 7/27/16 $8, O & M Fund Armored Car Services 12 Month Term 9/12/2016 1

141 Action Competition Vendor PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016 Committee Approval Cost Funding Description of Goods or Service Term Date Signed Amendment No. 1 - Inc in Value No. 1/ Option Renewal GOAA Bid PS-367 MBO Partners, Inc. PM Memo 6/8/16 $90, 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 Covenant Aviation Security, LLC CPC 6/13/2016 $235, 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 2

142 Action Competition Vendor PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2016 Committee Approval Cost Funding Description of Goods or Service Term Date Signed Amendment No. 6 - Inc in Value No. 1 GOAA Bid Schindler Elevator Corp. CPC 8/5/16 $9, 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 through 5/31/17 9/12/2016 Amendment No. 1 - Inc in Value No. 1 GOAA Bid First Choice Research and Investigations. Inc. PM Memo 8/26/16 $15, 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 through 6/30/17 9/12/2016 Amendment No. 6 - Contract Adjustment GOAA Bid PS-315 Applications Software Technology (AST) PM Memo 7/22/16 $40, 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 3

143 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 -

144 NOTIFICATION OF RELEASE OF RFP/IFB/RFQ and Committee Dates for October 2016 TYPE OF RELEASE IFB SERVICE/TYPE Recyclable Cardboard Hauling Services RELEASE DATE Oct Committee and Date November 2016 AWARD DATE Executive Director Approval SCOPE/SERVICE VALUE/TERM REASON Recyclable Cardboard Hauling-this is a shared revenue contract. Zero Current Contract Expiring OEC ARFF Aerial Apparatus Sep October 2016 OEC RFP IFB RFP Various Motorola Radios Third Party Administrator Smoke/Fire & Overhead Door Maintenance and Repair Professional Services for Continuing Program and Project Management Services (OAR Prime Entity) (W352 Oct Oct Oct Nov November 2016 December 2016 December 2016 February 2017 December 2016 Board Meeting December 2016 Board Meeting Executive Director Approval January 2017 Board Meeting March 2017 Board Meeting Piggyback agreement from Orange County Fire Department Various radios for the Authority via piggyback agreement with Orlando/Orange County contract $1,200,000 One time purchase $870,000 One time purchase Third Party Administrator for insurance $170,000 3 Years w/2 one year options Smoke/Fire and Overhead Door Maintenance and Repair Services 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 $500,000 3 years w/2 one year options 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 New Contract New Contract Current Contract Expiring Current Contract Expiring Current continuing agreements expire in May 2017

145 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.

146 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 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 (Professional Services Committee) and (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, INFORMATION ITEM C

147 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under A&A Electrical MWBE HP A.C. Dellovade, Inc. Aabot Fence Above the Sill TK AC Signs, LLC DBE/MWBE/LDB Ace Applications, LLC DBE/MWBE/LDB HP Ace Staffing, Inc. TK Acme Barricades, LLC TK Acousti Engineering Co. HP Acurlite Structural Skylights, Inc. ACY Contractors, LLC DBE/MWBE/LDB Adams Brothers Cabinetry TK ADF International Advanced Cable Connection, Inc. DBE TK Advanced Millwork, Inc. TK AED, Inc. DBE TK Aerial Innovations, Inc. DBE/MWBE A.G. Mauro Co. of Florida, LLC HP A. Harold and Associates DBE TK AIW, Inc. DBE/MWBE/LDB HP Alliance Design and Construction Co. LDB HP Allied Security Holdings, LLC dba Allied Barton Security Services, LLC All-Rite Fencing TK Alpha Insulation & Waterproofing MWBE Altamonte Glass & Mirror, Inc. MWBE Altel Systems Group TK Alumiglass LLC TK Ambient Technologies, Inc. DBE/MWBE American Backflow Services LDB American Bridge HP American Eagle TK American Roll-up Door Company Anderson Place Construction, LLC DBE/MWBE/LDB HP Applied Environmental Health & Safety, Inc. HP Arazoza Brothers Corporation MWBE HP Arc Point Labs DBE TK Archer Western Construction, LLC HP Architectural Glass Services Incorporated HP Architectural Graphics, Inc. TK Architectural Sheet Metal Ardaman & Associates, Inc. TK Associated Building Specialties, Inc. TK Up-Dated: 09/27/16 Page 1 of 12

148 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Associated Cost Engineers, Inc. of Delaware dba ACE Rebar & Construction DBE Audio Fidelity Communications Corporation dba Whitlock TK Audio Visual Innovations, Inc. AWK Consulting Engineer DBE Axios Construction Services, LLC DBE/MWBE/LDB B & I Contractors, Inc. HP B&M Masonry, Inc. HP Baker Concrete Construction, Inc. Baker Interactive Services, LLC dba Baker Audio Visal TK Banker Steel Company, LLC Barton Malow Company HP Bauer Foundation Corporation Bay to Bay Balancing, Inc. Becker Communication, Inc. dba BCI Integrated Solutions Bergelectric Corp. HP Berkel & Company Contractors, Inc. Birdair, Inc. Black and Son Remodeling LLC DBE/MWBE Blue Cord Design and Construction, LLC LDB HP Blue Marlin Engineering DBE TK Brace Integrated Services, Inc. TK Brambiers Windows & Walls TK Brasfield & Gorrie, LLC HP Bright Future Electric, LLC HP C&K United Sheet Metal and Mechanical, Inc. TK C.T. Windows d.b.a. Architectural Aluminum Techniques, LLC MWBE Cad Concepts, Inc. DBE/MWBE California Neon Products dba CNP Signs & Graphics TK Campolong Enterprises, Inc. dba DH Striping Co. HP Capri Contractors DBE/MWBE/LDB Carter Electric TK Case Atlantic Company Castle Constructors Company DBE/MWBE Castone Corporation HP CCK Construction Services, Inc. HP Ceco Concrete Construction, LLC HP CEMEX Construction Materials of Florida, LLC HP Central Environmental Services, Inc. HP Champion Painting Specialty Services Corp. DBE/MWBE Up-Dated: 09/27/16 Page 2 of 12

149 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Chandler Signs, LP, LLP HP Cherokee Enterprises, Inc. DBE/MWBE Cherry Lake Tree dba Legacyscapes Chroma Building Corporation TK Cirsco TK Cives Steel TK Cladding Systems, Inc. MWBE ClayCo Incorporated dba Skyline Elevators DBE/MWBE HP Clear Horizon Ventures Company dba Petersen Metals Cloud 9 Services, Inc. HP CMC Steel Fabricators, Inc. dba CMC Rebar HP Cnational Security, LLC dba Comp Security DBE TK Coastal Mechanical Services, LLC Collis Roofing, Inc. HP Comfort House, Inc. Comelco, Inc. DBE/MWBE/LDB HP Commercial Companies HP Commercial Millworks, Inc. TK Commercial Systems Group Communications Service Co. of Daytona, Inc. dba Radio One TK Competitive Edge Partners & Consulting, LLC DBE TK Complete Dewatering Pumps & Wellpoints HP Comprehensive Energy Services, Inc. Conpilog International Supply DBE/MWBE Construction Recruiters America Staffing, Inc. DBE TK ConTech Construction, LLC HP Conti Enterprises, Inc. HP Coreslab Structures, Inc. HP Cornerstone Construction Services, Inc. MWBE Crawford Tracey Corporation Crane Rental Corporation Creative Mailbox Designs LLC dba Creative Sign Designs Creative Terrazzo Systems, Inc. Crown Corr D&A Construction Group, Inc. DBE/MWBE/LDB Dannix Painting, LLC MWBE HP David Allen Company Delaware Elevator of Florida, Inc. HP Demetrius Shack's Painting Service, Inc. DBE TK Designers West Interiors, Inc. MWBE DG Investment Immediate Holdings 3, Inc. dba Convergint Tech. LLC TK Up-Dated: 09/27/16 Page 3 of 12

150 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Diebold, Inc. TK Diebold, Incorporated (Security Systems) HP Diversified Supply, Inc. DBE/MWBE/LDB Division Ten Specialties, Inc. HP Dixie Metal Products, Inc. TK Don Wood, Inc. HP Dora Landscaping Company HP Doudney Sheet Metal Works HP Doyle Dickerson Terazzo Dywidag Systems International HP E.R. Brownwell & Associates, Inc. DBE HP EAC Errands Unlimited, Inc. dba EAC Cleaning Service DBE/MWBE/LDB HP ECO Construction & Maintenance Management, LLC ecopreserve, LLC DBE/MWBE/LDB Ed Waters and Sons Contracting Company Eden Site Development MWBE HP Eidolon Analytic dba Unisource Graphics & Signs DBE/MWBE Electrical Services, Inc. Electrocomp International, Inc. TK Empire Office, Inc. HP Endurance Communications & Electrical, LLC DBE/MWBE/LDB HP Energy Air, Inc. Enviro-Tech Systems, Inc. HP Environmental Construction, Inc. HP Environmental Interiors, Inc. ER Brownell & Associates DBE TK Erie Metal Specialties, Inc. TK Exam Plus FL, Corp DBE TK Evans Consoles Incorporated TK FabArc Steel Supply TK Fabco Metal Products, Inc. HP FabriTec Structures, LLC HP Fairborn Equipment Company, Inc. TK Faours Mirror Corporation HP Fidelity Security Agency, LLC DBE/MWBE/LDB Fine Tune Enterprises, Inc. DBE/MWBE/LDB Finishing Systems of Florida, Inc. DBE/MWBE/LDB Fire & Life Safety America, Inc. HP Fire Stop Systems, Inc. Five Arrows, Inc., dba Service Painting Corp. Five T CO. TK Florida Business Interiors Florida Door Solutions, Inc. Up-Dated: 09/27/16 Page 4 of 12

151 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Florida Geodynamics DBE TK Florida Roofing Solutions, Inc. DBE Florida Structural Steel Fly & Form Structures, Inc. HP Funa International TK G & C Welding Specialist, LLC DBE/MWBE/LDB GableSigns & Graphics TK Garrard Framing & Drywall, Inc. DBE TK Gate Precast Company GE Investigations, Inc. dba GE Protection MWBE/LDB General Caulking and Coatings Company, Inc. HP Genesis VII, Inc. DBE TK Geotechnical Foundation Systems, Inc. Gibbs & Register, Inc. HP GJP Enterprises, Inc. TK GLF Construction Corporation HP Globiser, Inc. TK GMF Construction, LLC HP Gomez Construction Company MWBE HP G.R.A. Properties dba Bay Janitorial Service TK Gracicarl's Services, Inc. DBE/MWBE/LDB Great Southern Contractors HP Greenway Electrical Services TK Greer Tile Company Grunau Company, Inc. HP Gulf Mechanical Contractors, LLC H.L. Pruitt Corp. H3 Compuvision DBE TK Hamilton Roofing, Inc. HP Harmon, Inc. Harper Limbach Harris Ventures, Inc. dba Staff Zone TK Hartford South Harty Tractor Service TK Hayward Baker, Inc. HP HD Supply Construction Supply, Ltd. Dba White Cap Construction Supply HP Heavenly Hearts Cleaning Services, Inc. DBE/MWBE/LDB Heron Electric, Inc. MWBE/LDB Hill's Fencing, Inc. MWBE HP Hire Quest, LLC dba Trojan Labor TK HJ Foundation Company HMB Steel Corp MWBE Up-Dated: 09/27/16 Page 5 of 12

152 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Hommes Masonry, Inc. dba Toltec Construction MWBE Hubbard Construction HW Davis Construction, Inc. HP Hymon Property Maintenance, Inc. DBE TK I.B. Glazing, Inc. dba International Blowe Glazing DBE TK Industrial Steel, Inc. Inspection Consulting Services, Inc. DBE/MWBE/LDB HP Integrated Door Systems, Inc. International Flooring, Inc. ISEC, Inc. Isis Solutions DBE TK I.T. Consortium, Inc. TK J. Mori Painting, Inc. DBE/MWBE HP Jacob Erecting and Construction TK JBS Engineering Technical Services, Inc. DBE TK JCB Construction, Inc. DBE/MWBE JJAG Group, Inc. dba All Team Staffing TK JLS Security Plus, LLC DBE/MWBE JMD Building Products LLC DBE TK JMD Global Developers DBE/MWBE John B Webb & Associates, Inc. DBE/MWBE/LDB Johnson Bros. Corporation, a Southland Company HP Johnson Controls, Inc. Johnson-Lancaster & Assoc. TK Johnson-Laux Construction DBE Jones Sign Co., Inc. TK Jordans Brothers Construction, LLC HP J P and Concepts, Company DBE TK Jr. Davis Construction Company, Inc. JSC Systems, Inc. dba Jacksonville Sound & Communication Julina Management Svc. DBA Handymen for all TK JWP Iron and Fence, LLC DBE/MWBE Keenan Hopkins Schmidt & Stowell Contractors, Inc. HP Kenpat Central Florida, LLC Kenpat Fireproofing, LLC KHS&S TK Kiewit Infrastructures South Co. HP Kinetic Multimedia Systems TK Kirlin Florida, LLC Kistler McDougall Corp KMG Fence MWBE HP KONE, Inc. HP Up-Dated: 09/27/16 Page 6 of 12

153 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under L&S Diversified DBE TK Lab Testing of Central FL dba ARC DBE TK Lake Mechanical Contractors, Inc. Landmark Civil Services, LLC MWBE HP Lays Windows and Doors, LLC LDB HP Lavender Lady Plumbing DBE TK Leading Edge Land Services, Inc. TK Leesburg Concrete Company, Inc. Leo's Construction Services DBE/MWBE HP Linel, A Division of Mesteck, Inc. HP Lotspeich Company, Inc. HP Loyal Waterproofing Construction DBE TK Lyndan, Inc. DBE TK M & J Steel TK Mader Southeast HP Madrid DBE TK Mainstream IP Solutions, Inc. DBE TK Malcom Drilling Co., Inc. Manzi Metals DBE TK Markmaster, Inc. TK Martin King Waterproofing, Inc. MWBE Maser Consulting, P.A. TK Maverick Constructors, LLC DBE/MWBE MC Dean MC2, Inc. MCC Mechanical HP McConnie Enterprises, Inc. dba McConnie Fence Co. HP McGrath Rent Corp. dba Mobile Modular HP McIntee Construction Services HP McKenzie's Cleaning, Inc. DBE TK McLeod General Trades, LLC HP MCS of Tampa, Inc. TK Merit Fasteners Corporation DBE/MWBE Meryman Environmental, Inc. MWBE Metromont Corporation HP Mettron Contracting, Inc. DBE/MWBE Midwest Steel, Inc. Mill-Rite Woodworking Company, Inc. MWBE HP Miller Electric Company TK MJW Consolidated/MJW Fire Protection/MJW Company HP MM Electric of Central Florida, Inc. DBE/MWBE/LDB Mobile Modular TK Modern Plumbing Industries, Inc. Up-Dated: 09/27/16 Page 7 of 12

154 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Modular Building Systems International DBE/MWBE/LDB Modular Space Corporation dba ModSpace Mohawk Carpet Distribution TK Moretrench Environmental Services Morris Allen & Associates, Inc. DBE TK Morton Electric, Inc. Mountain Top Enterprises, LLC dba Saratoga Roofing & Construction MSE² Inc. dba Mader TK Nadic Engineering Services, Inc. DBE/MWBE/LDB Nash, Inc. HP New Age Reprographics, LLC DBE TK New Energy Service, Inc. HP New Horizon Construction Services TK Nicholson Construction Company Nortex Modular Leasing and Construction Co. HP N-RG Cladding, LLC NR Windows Incorporated MWBE HP OHC Environmental Engineering DBE/MWBE HP Oldcastle Building Envelope, Inc. OLP Construction, Inc. DBE/MWBE One Source Roofing MWBE/LDB Onopa DBE TK Orion Management, LLC Orlacon General, Inc. TK O.T. Trans, Inc. DBE TK Owens Steel Company, Inc. TK P & A Roofing and Sheet Metal, Inc. Page One Consultants DBE/MWBE/LDB Paintsmart USA, Inc. DBE TK Pars Construction Services, LLC DBE TK PCL Construction Services HP Peachtree Telecommunications International, LLC DBE Pece of Mind Environmental, Inc. HP Percopo Coatings Company, LLC DBE Phillips & Jordan, Inc. Physical Security, LLC TK Piney Branch Motors, Inc. dba Allied Trailers Sales & Rentals TK Pipeline Mechanical, Inc. Plummer Painting & Waterproofing Polaris Fire Protection Polote DBE TK Up-Dated: 09/27/16 Page 8 of 12

155 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Power Engineering Group, Inc. DBE/MWBE/LDB Ptah Entertainment, Inc. dba Sunfire Technology TK Praise Contracting DBE/MWBE/LDB PRC Precast, LLC TK Precast Piling Technology, Inc. HP Precision 2000, Inc. TK Precision Balance, Inc. Precision Mechanical, Inc. HP Precision Paint & Drywall, Inc. MWBE HP Preferred Materials, Inc. (Concrete Division) HP Prentiss II Industries, LLC DBE TK Prime Construction Group, Inc. HP Prime Electrical Services DBE TK Progressive Plumbing, Inc. Pro-Tech Diversified Services, Inc. HP Protect Video, Inc. DBE/MWBE Provisions Construction and Development, Inc. DBE/MWBE/LDB HP Proxy Management Group dba Veatic MWBE HP Pyramid Masonry Contractors, Inc. HP Quality Cable Contractors, Inc. DBE TK Quality Metals, Inc. HP RAKS Fire Sprinkler DBE Randall Mechanical, Inc. RCS Civil, Inc. DBE TK Ranger Construction Industries, Inc. Rebah Fabrication, Inc. DBE/MWBE Republic Services TK Richard Flanders Enterprises MWBE RL Burns, Inc. DBE/MWBE Rolling Plains Construction TK Ron Kendall Masonry, Inc. HP RW Harris TK S. Saft & Company dba Window Interiors MWBE HP S.I. Goldman Company, Inc. Safety Plus International, LLC DBE TK Sandra Leppert & Associates, Inc. DBE TK Safway Services, LLC TK Satellite Shelters, Inc. HP Schindler Elevator Corporation Secom TK SEMA Construction, Inc. Seminole Masonry, LLC Sharon Shelters dba Shelters Cleaning, LLC DBE TK Up-Dated: 09/27/16 Page 9 of 12

156 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Shaw Contract Flooring Services, Inc. HP Sigma Marble & Granite, Inc. Signal Perfection LTD TK Simplex Grinnell Sky Builders USA MWBE/LDB HP Skylight Solutions, LLC HP SMI Cabinetry TK Smith, Broomfield and Howard Construction and Restoration, LLC MWBE HP Smith Industries dba Smith Fence Company South East Business Services, Inc. TK Southeastern Surveying and Mapping Corporation Southern Fire Protection of Orlando, Inc. Southern Foam Insulation, Inc. TK Southland Contracting, Inc. HP Southland Construction, Inc. HP Southland Rowe Roofing TK Space Coast Fire and Safety, Inc. Span Systems, Inc. Specco Environmental DBE TK SPR Services, Inc. TK S R Plumbing, Corp. MWBE/LDB HP STABIL Concrete Products, LLC Staging Concepts Acquisition, LLC HP Stainless Fabricators, Inc. Steel Fab Inc. (Norcross, GA) TK Steel Fabricators LLC (Fabsouth) TK Steel Fabricators, LLC Steel, LLC HP Stein Steel & Supply Company HP Sterling Enterprises, LLC HP Sterling Silver Scape & Sod, Inc. DBE/MWBE HP Stokes Creative Group, Inc. TK Stonhard, Division of StonCor Group, Inc. Structured Cabling Solutions, Inc. DBE TK Structurflex Sunbelt Holding dba Horizon TK Sunbelt Metals & Manf. TK Sunbelt Rentals TK Sunshine Crane Rental TK Super Sky Products Enterprises, LLC Sutter Roofing Tagarelli Construction, Inc. TK Up-Dated: 09/27/16 Page 10 of 12

157 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC Firm Name Classification Prequalified Under Tarten X, Inc. dba McLean Lightning Protection TK Taylor, Cotton & Ridley, Inc. TK T & T Construction of Central Florida, Inc. MWBE Terracon Consultants, Inc. Terry's Electric, Inc. HP Test and Balance Corporation HP Tharp Plumbing Systems, Inc. The Goettle Co. TK The Haskell Company Steel Fabrication Division HP The Jones Company of South Florida DBE/MWBE HP The Lane Construction Corporation The Middlesex Corporation The Miller-Clapperton Partnership, Inc. The Namm Group, Inc. dba Artistic Surfaces The New Florida Industrial Electric, Inc. The Redland Company, Inc. HP The Reinforced Earth Company TK The RJ Company, Construction & Design DBE TK The Wilsten Group HP Thomas Sign and Awning Company TK Thyssenkrupp TK Tierra, Inc. DBE/MWBE HP Titan Reinforcing TK Titus Construction Group, Inc. TK Tri-City Electrical Contractors, Inc. HP Trinity Eco Energy Solutions, LLC DBE TK Tucker Paving, Inc. HP TWS Fabricators TK UCC Group Inc. HP United Forming, Inc. HP United Grading and Excavating HP United Infrastructure Group, Inc. HP United Skys, Inc. Universal Engineering Sciences, Inc. Universal Sign, Inc. Unlimited Welding, Inc. MWBE HP USA Fence ValleyCrest Landscape Development, Inc. HP VCNA Prestige Concrete Products, Inc. HP Vintage Painting, Inc. TK VSC Fire & Security, Inc. W & J Construction Corporation HP WP Underground Utilities, LLC DBE TK Up-Dated: 09/27/16 Page 11 of 12

158 SOUTH AIRPORT APM COMPLEX INTERMODAL TERMINAL COMPLEX PRE-QUALIFIED SUBCONTRACTORS/SUPPLIERS FOR MAJOR TRADE PACKAGES APPROVED BY THE PSC W.W. Gay Mechanical Contractor, Inc. Wal-Mark Contracting Group, LLC Firm Name Classification Prequalified Under Walt Dittmer & Sons dba Dittmer Architectural Aluminum TK Waste Management TK Webb Builders Hardware, Inc. dba WBH Industries HP Wendt Productions, Inc. dba Wendt Pro DBE TK West Tampa Glass Company Williams Scotsman, Inc. Ycommerce DBE/MWBE HP TK TOTAL: 470 Firms Classification Count MWBE Firms 88 LDB Firms 37 DBE Firms 114 Non Minority Firms 320 Up-Dated: 09/27/16 Page 12 of 12

159

160

161 CONSTRUCTION PROGRESS REPORT For Board Meeting of October 19, 2016 ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

162

MINUTES 1. Upon motion by Mayor Dyer, second by Mr. Sanchez, vote carried to accept the December 20, 2017, minutes as written.

MINUTES 1. Upon motion by Mayor Dyer, second by Mr. Sanchez, vote carried to accept the December 20, 2017, minutes as written. On WEDNESDAY, JANUARY 17, 2018, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the Orlando

More information

JetBlue University includes approximately 106,000 square feet of training facilities, classrooms,

JetBlue University includes approximately 106,000 square feet of training facilities, classrooms, On TUESDAY, OCTOBER 30, 2018, the DESIGN REVIEW COMMITTEE of the Greater Orlando Aviation Authority met in the Carl T. Langford Boardroom, One Jeff Fuqua Boulevard, Orlando International Airport, Orlando,

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 13, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, October 24, 2017 TIME: 8:30 a.m. PLACE:GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 20, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

GREATER ORLANDO AVIATION AUTHORITY DATE: SEPTEMBER 19, 2018 DAY: WEDNESDAY TIME: 2:00 P.M.

GREATER ORLANDO AVIATION AUTHORITY DATE: SEPTEMBER 19, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. GREATER ORLANDO AVIATION AUTHORITY DATE: SEPTEMBER 19, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals who

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, December 19, 2017 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, February 06, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, November 14, 2017 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, January 16, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, January 02, 2018 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: JANUARY 17, 2018 DAY: WEDNESDAY TIME: 2:00 P.M.

GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: JANUARY 17, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: JANUARY 17, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, September 19, 217 TIME: 8:3 a.m. PLACE:GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

Greater Orlando Aviation Authority Board Meeting. Wednesday, December 20, 2017

Greater Orlando Aviation Authority Board Meeting. Wednesday, December 20, 2017 Greater Orlando Aviation Authority Board Meeting Wednesday, Award Recognition South Terminal Complex Phase 1 Concessions Overview Greater Orlando Aviation Authority Board Presentation AGENDA SOUTH TERMINAL

More information

Greater Orlando Aviation Authority Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida Memorandum TO: FROM:

Greater Orlando Aviation Authority Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida Memorandum TO: FROM: Greater Orlando Aviation Authority One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 Memorandum TO: FROM: Participating Airlines Phil Brown, Executive Director DATE: SUBJECT: Rate Methodology for FY

More information

GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: AUGUST 15, 2018 DAY: WEDNESDAY TIME: 2:00 P.M.

GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: AUGUST 15, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: AUGUST 15, 2018 DAY: WEDNESDAY TIME: 2:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, November 21, 2017 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

EXHIBIT K TERMINAL PROJECT PROCEDURES PHASE I - DEVELOPMENT OF TERMINAL PROGRAM & ALTERNATIVES

EXHIBIT K TERMINAL PROJECT PROCEDURES PHASE I - DEVELOPMENT OF TERMINAL PROGRAM & ALTERNATIVES EXHIBIT K TERMINAL PROJECT PROCEDURES PHASE I - DEVELOPMENT OF TERMINAL PROGRAM & ALTERNATIVES Over the term of the Master Amendment to the Airline Use and Lease Agreement, the Kansas City Aviation Department

More information

Greater Orlando Aviation Authority Board Meeting. Wednesday, January 17, 2018

Greater Orlando Aviation Authority Board Meeting. Wednesday, January 17, 2018 Greater Orlando Aviation Authority Board Meeting Wednesday, Award Recognition South Terminal Complex Phase 1 and Phase 2 Planning Overview Greater Orlando Aviation Authority AGENDA PASSENGER TRAFFIC

More information

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA CONSTRUCTION COMMITTEE MEETING AGENDA DATE: Tuesday, December 05, 2017 TIME: 8:30 a.m. PLACE: GOAA ANNEX BUILDING, 1ST FLOOR - CONFERENCE ROOMS (APOLLO/GEMINI/TAURUS), 5855 CARGO ROAD, ORLANDO INTERNATIONAL

More information

NIAGARA MOHAWK POWER CORPORATION. Procedural Requirements

NIAGARA MOHAWK POWER CORPORATION. Procedural Requirements NIAGARA MOHAWK POWER CORPORATION Procedural Requirements Initial Effective Date: November 9, 2015 Table of Contents 1. Introduction 2. Program Definitions 3. CDG Host Eligibility Provisions 4. CDG Host

More information

MELBOURNE AIRPORT AUTHORITY B R I E F REGULAR MEETING of April 27, :30 AM MELBOURNE INTERNATIONAL AIRPORT BOARD ROOM

MELBOURNE AIRPORT AUTHORITY B R I E F REGULAR MEETING of April 27, :30 AM MELBOURNE INTERNATIONAL AIRPORT BOARD ROOM MELBOURNE AIRPORT AUTHORITY B R I E F REGULAR MEETING of April 27, 2011 8:30 AM MELBOURNE INTERNATIONAL AIRPORT BOARD ROOM Pledge of Allegiance ACTION ITEMS APPROVAL OF MINUTES of the Regular Meeting of

More information

Shuttle Membership Agreement

Shuttle Membership Agreement Shuttle Membership Agreement Trend Aviation, LLC. FlyTrendAviation.com Membership with Trend Aviation, LLC. ("Trend Aviation") is subject to the terms and conditions contained in this Membership Agreement,

More information

? 0-? WA", ilp. Y ON 1Z Cond 1 0 AIRPORT COMMISSIONERS BOARD REPORT TO THE Los Angeles World Airports 0*1-

? 0-? WA, ilp. Y ON 1Z Cond 1 0 AIRPORT COMMISSIONERS BOARD REPORT TO THE Los Angeles World Airports 0*1- I 1 RW MT BOARD 0*1-.04 11 Los Angeles World Airports REPORT TO THE 0 AIRPORT COMMISSIONERS Meeting Date: Approved /by: Dave Jone - Airline Prop nd Concession Services ) 7/13/2017 Reviewed by:.',...ek

More information

Air Operator Certification

Air Operator Certification Civil Aviation Rules Part 119, Amendment 15 Docket 8/CAR/1 Contents Rule objective... 4 Extent of consultation Safety Management project... 4 Summary of submissions... 5 Extent of consultation Maintenance

More information

CHG 0 9/13/2007 VOLUME 2 AIR OPERATOR AND AIR AGENCY CERTIFICATION AND APPLICATION PROCESS

CHG 0 9/13/2007 VOLUME 2 AIR OPERATOR AND AIR AGENCY CERTIFICATION AND APPLICATION PROCESS VOLUME 2 AIR OPERATOR AND AIR AGENCY CERTIFICATION AND APPLICATION PROCESS CHAPTER 5 THE APPLICATION PROCESS TITLE 14 CFR PART 91, SUBPART K 2-536. DIRECTION AND GUIDANCE. Section 1 General A. General.

More information

OPERATING PURPOSES AND FOR VOTED DEBT SERVICE FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2015 AND ENDING SEPTEMBER 30, SOLID WASTE ASSESSMENT

OPERATING PURPOSES AND FOR VOTED DEBT SERVICE FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2015 AND ENDING SEPTEMBER 30, SOLID WASTE ASSESSMENT Town of Davie Davie Town Hall: 6591 Orange Drive, Davie, Florida 33314 - Phone: 954-797-1000 REGULAR MEETING July 29, 2015 6:30 PM I. PLEDGE OF ALLEGIANCE II. III. IV. ROLL CALL OPEN PUBLIC MEETING PRESENTATIONS

More information

GREATER ORLANDO AVIATION AUTHORITY

GREATER ORLANDO AVIATION AUTHORITY GREATER ORLANDO AVIATION AUTHORITY Amendment to PFC Applications #7, 8, and 16 and New PFC Application #18 PUBLIC NOTICE June 7, 2016 1 P age Table of Contents PUBLIC NOTICE... 3 PROPOSED ACTIONS... 3

More information

GENERAL AVIATION AIRPORT AGREEMENTS

GENERAL AVIATION AIRPORT AGREEMENTS 33 rd Annual Basics of Airport Law Workshop and 2017 Legal Update Session #17 GENERAL AVIATION AIRPORT AGREEMENTS W. Eric Pilsk Kaplan Kirsch & Rockwell Corinne C. Nystrom, A.A.E., Airport Director Mesa-Falcon

More information

EXHIBIT E to Signatory Airline Agreement for Palm Beach International Airport RATE AND FEE SCHEDULE

EXHIBIT E to Signatory Airline Agreement for Palm Beach International Airport RATE AND FEE SCHEDULE EXHIBIT E to Signatory Airline Agreement for Palm Beach International Airport RATE AND FEE SCHEDULE SECTION I - DEFINITIONS The following words, terms and phrases used in this Exhibit E shall have the

More information

Working Draft: Time-share Revenue Recognition Implementation Issue. Financial Reporting Center Revenue Recognition

Working Draft: Time-share Revenue Recognition Implementation Issue. Financial Reporting Center Revenue Recognition March 1, 2017 Financial Reporting Center Revenue Recognition Working Draft: Time-share Revenue Recognition Implementation Issue Issue #16-6: Recognition of Revenue Management Fees Expected Overall Level

More information

WHEREAS, the City operates and manages Rapid City Regional Airport (RAP); and

WHEREAS, the City operates and manages Rapid City Regional Airport (RAP); and MEMORANDUM OF UNDERSTANDING BETWEEN THE RAPID CITY DEPARTMENT OF FIRE & EMERGENCY SERVICES AND RAPID CITY REGIONAL AIRPORT BOARD RELATING TO THE PROVISION OF AIRPORT RESCUE AND FIREFIGHTING SERVICES This

More information

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, June 1, :00 A.M. AGENDA

AVIATION AUTHORITY REGULAR BOARD MEETING. Thursday, June 1, :00 A.M. AGENDA AVIATION AUTHORITY REGULAR BOARD MEETING Thursday, 9:00 A.M. Boardroom Level 3 at Tampa International Airport AGENDA Any person who desires to appeal any decisions made at this meeting will need a record

More information

PUBLIC ACCOUNTABILITY PRINCIPLES FOR CANADIAN AIRPORT AUTHORITIES

PUBLIC ACCOUNTABILITY PRINCIPLES FOR CANADIAN AIRPORT AUTHORITIES PUBLIC ACCOUNTABILITY PRINCIPLES FOR CANADIAN AIRPORT AUTHORITIES The Canadian Airport Authority ( CAA ) shall be incorporated in a manner consistent with the following principles: 1. Not-for-profit Corporation

More information

GREATER ORLANDO AVIATION AUTHORITY DATE: DECEMBER 12, 2018 DAY: WEDNESDAY TIME: 3:00 P.M.

GREATER ORLANDO AVIATION AUTHORITY DATE: DECEMBER 12, 2018 DAY: WEDNESDAY TIME: 3:00 P.M. GREATER ORLANDO AVIATION AUTHORITY DATE: DECEMBER 12, 2018 DAY: WEDNESDAY TIME: 3:00 P.M. PLACE: CARL T. LANGFORD BOARD ROOM, ORLANDO INTERNATIONAL AIRPORT, ONE JEFF FUQUA BOULEVARD For individuals who

More information

Federal Income Tax Treatment of Personal Use of Aircraft

Federal Income Tax Treatment of Personal Use of Aircraft Aviation Tax Law Webinar Federal Income Tax Treatment of Personal Use of Aircraft December 3, 2013 1 Troy A. Rolf, Esq. 700 Twelve Oaks Center Dr Suite 700 Wayzata, Minnesota 55391 Telephone: (952) 449-8817

More information

Ordinance No Amendments to Airport Ordinance 87-8

Ordinance No Amendments to Airport Ordinance 87-8 SECTION 1. SUMMARY. This Ordinance adds various provisions to uncodified County Ordinance 87-8 ("the Airport Regulations"), amends and renumbers various provisions of the Airport Regulations, and adds

More information

SUPPLEMENTAL NOTE ON HOUSE SUBSTITUTE FOR SENATE BILL NO. 70

SUPPLEMENTAL NOTE ON HOUSE SUBSTITUTE FOR SENATE BILL NO. 70 SESSION OF 2017 SUPPLEMENTAL NOTE ON HOUSE SUBSTITUTE FOR SENATE BILL NO. 70 As Recommended by House Committee on Federal and State Affairs Brief* House Sub. for SB 70 would enact law and amend the Kansas

More information

AIR SERVICE INCENTIVE PROGRAM

AIR SERVICE INCENTIVE PROGRAM (FINANCIAL) The City of St. Louis, Missouri, has adopted a Passenger Air Service Incentive Program (individually, Program I, Program II, Program III, Program IV, Program V, Program VI, and Program VII

More information

ISLANDS AT DORAL (NE) COMMUNITY DEVELOPMENT DISTRICT

ISLANDS AT DORAL (NE) COMMUNITY DEVELOPMENT DISTRICT ISLANDS AT DORAL (NE) COMMUNITY DEVELOPMENT DISTRICT MIAMIDADE COUNTY REGULAR BOARD MEETING & PUBLIC HEARING JUNE 6, 2018 7:00 P.M. Special District Services, Inc. 8785 SW 165 th Avenue, Suite 200 Miami,

More information

MANASSAS REGIONAL AIRPORT

MANASSAS REGIONAL AIRPORT Appendix F MANASSAS REGIONAL AIRPORT Non-Commercial Self-Fueling Permit Applicant: Authorized Representative: Title: Aircraft Storage Location/Hangar Address: Aircraft to be Fueled (List Type & N number):

More information

AIRPORT NOISE AND CAPACITY ACT OF 1990

AIRPORT NOISE AND CAPACITY ACT OF 1990 AIRPORT NOISE AND CAPACITY ACT OF 1990 P. 479 AIRPORT NOISE AND CAPACITY ACT OF 1990 SEC. 9301. SHORT TITLE This subtitle may be cited as the Airport Noise and /Capacity Act of 1990. [49 U.S.C. App. 2151

More information

GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) ON-CALL AVIATION ENGINEERING SERVICES

GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) ON-CALL AVIATION ENGINEERING SERVICES GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) ON-CALL AVIATION ENGINEERING SERVICES The County of Montrose, Colorado is accepting Statements of Qualifications from qualified firms

More information

VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT

VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT REQUEST FOR BIDS AND PROPOSALS BID REQUEST NO. 4375-02 VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT ISSUE DATE: December 23, 2011 BID OPENING DATE: JANUARY 11, 2012 3:00 PM LOCAL TIME

More information

COMMONWEALTH PORTS AUTHORITY

COMMONWEALTH PORTS AUTHORITY REPORT ON COMPLIANCE AND INTERNAL CONTROL OVER COMPLIANCE WITH REQUIREMENTS APPLICABLE TO THE PASSENGER FACILITY CHARGE PROGRAM YEAR ENDED SEPTEMBER 30, 2015 Deloitte & Touche LLC P.O. Box 500308 Saipan,

More information

GROUND TRANSPORTATION RULES AND REGULATIONS MONTROSE REGIONAL AIRPORT. Montrose, Colorado

GROUND TRANSPORTATION RULES AND REGULATIONS MONTROSE REGIONAL AIRPORT. Montrose, Colorado GROUND TRANSPORTATION RULES AND REGULATIONS MONTROSE REGIONAL AIRPORT Montrose, Colorado Revision date: December 2014 TABLE OF CONTENTS I. Definitions A. Airport Administration...1 B. Bus....1 C. Cab.....1

More information

Greater Orlando Aviation Authority Board Meeting. Wednesday, August 15, 2018

Greater Orlando Aviation Authority Board Meeting. Wednesday, August 15, 2018 Greater Orlando Aviation Authority Board Meeting Wednesday, August 15, 2018 AWARDS APM/ITF BENEFITS North Terminal capacity relief o o Remote check-in availability Passenger drop-off areas Additional

More information

::f BOA OF AIRPORT COMMISSIONERS REPORT TO THE. -A. A_ A.4k fig

::f BOA OF AIRPORT COMMISSIONERS REPORT TO THE. -A. A_ A.4k fig 3/3/208 2/26/208 Approval NY a NY Y RW JH BOA /...-_ 0...0 00:4.4 Los Angeles World Airports REPORT TO THE OF AIRPORT COMMISSIONERS -A. A_ A.4k._ra. At, Approved y: Dave Jones - Air.n:TPro:-.,. oncession

More information

Greater Orlando Aviation Authority

Greater Orlando Aviation Authority Greater Orlando Aviation Authority Orlando International Airport & Orlando Executive Airport Budgets Fiscal Year 2017-2018 Greater Orlando Aviation Authority Orlando, Florida Greater Orlando Aviation Authority

More information

WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT AUGUST 2017

WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT AUGUST 2017 WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT AUGUST 2017 The purpose of the Wayne County Airport Authority ( WCAA ) Air Service Incentive Program

More information

AGENDA ITEM D4. T:\Board Folders\Board Agenda\Science and Technology\D4 Big Fish Lake Augmentation Agreement

AGENDA ITEM D4. T:\Board Folders\Board Agenda\Science and Technology\D4 Big Fish Lake Augmentation Agreement AGENDA ITEM D4 DATE: December 1, 2015 TO: Matt Jordan, General Manager FROM: Alison Adams, Chief Technical Officer SUBJECT: Lake Augmentation Agreement with the Barthle Brothers Ranch, LLC Approve SUMMARY:

More information

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs) OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs) Part 171 AERONAUTICAL TELECOMMUNICATION SERVICES Published by Air Safety Support International Ltd Air Safety Support International Limited 2005 First

More information

ALASKA AIRLINES AND VIRGIN AMERICA AVIATION SAFETY ACTION PROGRAM (ASAP) FOR FLIGHT ATTENDANTS MEMORANDUM OF UNDERSTANDING

ALASKA AIRLINES AND VIRGIN AMERICA AVIATION SAFETY ACTION PROGRAM (ASAP) FOR FLIGHT ATTENDANTS MEMORANDUM OF UNDERSTANDING ALASKA AIRLINES AND VIRGIN AMERICA AVIATION SAFETY ACTION PROGRAM (ASAP) FOR FLIGHT ATTENDANTS MEMORANDUM OF UNDERSTANDING 1. GENERAL. Alaska Airlines and Virgin America (AS/VX) are Title 14 of the Code

More information

Applicant: EUROWINGS LUFTVERKEHRS AG (Eurowings) Date Filed: July 16, 2014

Applicant: EUROWINGS LUFTVERKEHRS AG (Eurowings) Date Filed: July 16, 2014 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION OFFICE OF THE SECRETARY WASHINGTON, D.C. Issued by the Department of Transportation on September 17, 2014 NOTICE OF ACTION TAKEN -- DOCKET DOT-OST-2009-0106

More information

Request for Proposals

Request for Proposals E CONOMIC DEVELOPMENT AUTHORITY of the City of Norfolk Board of Directors Officers Robert E. Garris, Jr., Chairman Executive Director Michael W. Lee, Vice Chairman Peter Chapman Jeffrey F. Brooke Kim Brown

More information

Part 145. Aircraft Maintenance Organisations Certification. CAA Consolidation. 10 March Published by the Civil Aviation Authority of New Zealand

Part 145. Aircraft Maintenance Organisations Certification. CAA Consolidation. 10 March Published by the Civil Aviation Authority of New Zealand Part 145 CAA Consolidation 10 March 2017 Aircraft Maintenance Organisations Certification Published by the Civil Aviation Authority of New Zealand DESCRIPTION Part 145 prescribes rules governing the certification

More information

San Mateo County Airports Policies and Procedures for Hangars, T-Shades, Tiedowns and Waiting Lists

San Mateo County Airports Policies and Procedures for Hangars, T-Shades, Tiedowns and Waiting Lists San Mateo County Airports Policies and Procedures for Hangars, T-Shades, Tiedowns and Waiting Lists February 13, 2008 I. GENERAL A. Hangar, T-Shade, and Tiedown Permit Eligibility Only individuals may

More information

Advisory Circular. Canada and United States Bilateral Aviation Safety Agreement Maintenance Implementation Procedures

Advisory Circular. Canada and United States Bilateral Aviation Safety Agreement Maintenance Implementation Procedures Advisory Circular Subject: Issuing Office: Canada and United States Bilateral Aviation Safety Agreement Maintenance Implementation Procedures Aircraft Maintenance and Manufacturing Activity Area: Rulemaking

More information

PSEG Long Island. Community Distributed Generation ( CDG ) Program. Procedural Requirements

PSEG Long Island. Community Distributed Generation ( CDG ) Program. Procedural Requirements PSEG Long Island Community Distributed Generation ( CDG ) Program Procedural Requirements Effective Date: April 1, 2016 Table of Contents 1. Introduction... 1 2. Program Definitions... 1 3. CDG Host Eligibility

More information

Official Journal of the European Union L 186/27

Official Journal of the European Union L 186/27 7.7.2006 Official Journal of the European Union L 186/27 COMMISSION REGULATION (EC) No 1032/2006 of 6 July 2006 laying down requirements for automatic systems for the exchange of flight data for the purpose

More information

~ Agenda ~ City of Fort Walton Beach Regular Meeting of the City Council of Fort Walton Beach

~ Agenda ~ City of Fort Walton Beach Regular Meeting of the City Council of Fort Walton Beach ~ Agenda ~ City of Fort Walton Beach Regular Meeting of the City Council of Fort Walton Beach Tuesday, January 28, 2014 6:00 PM 107 Miracle Strip Parkway Fort Walton Beach, FL 32548 1. CALL TO ORDER 6:00

More information

Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport

Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport Exhibit 1 Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport Robert Melton, CPA, CIA, CFE, CIG County Auditor Audit Conducted by: Jenny Jiang, CPA, Audit Manager

More information

BUSINESS POLICIES AND PROCEDURES MANUAL Revised 6-17 Travel Services

BUSINESS POLICIES AND PROCEDURES MANUAL Revised 6-17 Travel Services 95.06.1 POLICY The University reimburses approved actual lodging expenses incurred while on travel status and pays a subsistence allowance to the University traveler. Employees who expect to be in travel

More information

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs) OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs) Part 173 FLIGHT CHECKING ORGANISATION APPROVAL Published by Air Safety Support International Ltd Air Safety Support International Limited 2005 ISBN 0-11790-410-4

More information

Memorandum of Understanding

Memorandum of Understanding Memorandum of Understanding In Accordance with Section V of the U.S./Canada Bilateral Aviation Safety Agreement Implementation Procedures for Design Approval, Production Activities, Export Airworthiness

More information

San Bernardino International Airport Authority Hangar Policies and Procedures

San Bernardino International Airport Authority Hangar Policies and Procedures San Bernardino International Airport Authority Hangar Policies and Procedures April 1, 2015 I. GENERAL A. Hangar Eligibility Approved entities (LESSEEs) may enter into a hangar rental agreement (Hangar

More information

WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT

WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT WAYNE COUNTY AIRPORT AUTHORITY AIR SERVICE INCENTIVE PROGRAM DETROIT METROPOLITAN WAYNE COUNTY AIRPORT The purpose of the Wayne County Airport Authority ( WCAA ) Air Service Incentive Program (the Incentive

More information

CHARTER SIGNATURE SCHOOL

CHARTER SIGNATURE SCHOOL CHARTER OF SIGNATURE SCHOOL June 30, 2014 THIS CHARTER AGREEMENT is made and entered into this 30 th day of June, 2014, by and between THE SIGNATURE SCHOOL, INC., a not-for-profit corporation granted 501(c)(3)

More information

BOARD ITO Aide REPORT TO THE AIRPORT COMMISSIONERS

BOARD ITO Aide REPORT TO THE AIRPORT COMMISSIONERS 1 [1 11 BOARD ITO Aide 001:4 Los Angeles World Airports REPORT TO THE Approved by: Justin rbacci - hief Innovation and Commercial St tegy Officer (--(AtSotA_ /1//r/'(10 PV Reviewed by: Samson Mengistu

More information

City Council Report. Mayor and City Council Susan Cline, Director, Public Works, Civil Engineering

City Council Report. Mayor and City Council Susan Cline, Director, Public Works, Civil Engineering City Council Report To: From: Mayor and City Council Susan Cline, Director, Public Works, Civil Engineering City Council Meeting: February 28, 2017 Agenda Item: 3.H Subject: Award of Feasibility/Design-Build

More information

Etihad Airways P.J.S.C.

Etihad Airways P.J.S.C. UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION OFFICE OF THE SECRETARY WASHINGTON, D.C. Order 2009-5-20 Issued by the Department of Transportation on the 17 th day of May, 2010 Served: May 17, 2010

More information

BRANTFORD AIRPORT BOARD MINUTES MONDAY OCTOBER 19, :15 P.M. - BRANTFORD MUNICIPAL AIRPORT

BRANTFORD AIRPORT BOARD MINUTES MONDAY OCTOBER 19, :15 P.M. - BRANTFORD MUNICIPAL AIRPORT BRANTFORD AIRPORT BOARD MINUTES MONDAY OCTOBER 19, 2015 12:15 P.M. - BRANTFORD MUNICIPAL AIRPORT Bob Coyne in the Chair 12:20 p.m. Brantford Municipal Airport Flight Training Room 1. ROLL CALL PRESENT:

More information

GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS ON-CALL AVIATION PLANNING SERVICES

GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS ON-CALL AVIATION PLANNING SERVICES GENERAL INSTRUCTIONS REQUEST FOR STATEMENTS OF QUALIFICATIONS ON-CALL AVIATION PLANNING SERVICES The County of Montrose, Colorado is accepting Statements of Qualifications from qualified firms to provide

More information

City of Venice Venice Municipal Airport

City of Venice Venice Municipal Airport City of Venice Venice Municipal Airport Airfield Access Policy The City of Venice is responsible for safe and secure operation of the Venice Municipal Airport. Access to the airfield is authorized on the

More information

Operating Limitations At John F. Kennedy International Airport. SUMMARY: This action amends the Order Limiting Operations at John F.

Operating Limitations At John F. Kennedy International Airport. SUMMARY: This action amends the Order Limiting Operations at John F. This document is scheduled to be published in the Federal Register on 06/21/2016 and available online at http://federalregister.gov/a/2016-14631, and on FDsys.gov [4910-13] DEPARTMENT OF TRANSPORTATION

More information

Administration Policies & Procedures Section Commercial Ground Transportation Regulation

Administration Policies & Procedures Section Commercial Ground Transportation Regulation OBJECTIVE METHOD OF OPERATION Definitions To promote and enhance the quality of Commercial Ground Transportation, the public convenience, the safe and efficient movement of passengers and their luggage

More information

City of Jacksonville Beach

City of Jacksonville Beach City of Jacksonville Beach Agenda 11 North Third Street Jacksonville Beach, Florida Community Redevelopment Agency Monday, January 22, 2018 5:00 PM Council Chambers MEMORANDUM TO: Members of the Community

More information

CHAPTER 61 SHEBOYGAN COUNTY MEMORIAL AIRPORT

CHAPTER 61 SHEBOYGAN COUNTY MEMORIAL AIRPORT 61.01 OPERATION OF AIRPORT 61.02 DEFINITION OF WORDS AND PHRASES 61.03 AIRPORT OPERATION POLICIES 61.04 UTILITIES 61.05 ENTRANCES 61.06 SPECIAL VARIANCE 61.07 ENFORCEMENT 61.08 PENALTY 61.09 MULTIPLE OWNERSHIP

More information

IAH Terminal Redevelopment Project. Memorandum of Agreement with United Airlines

IAH Terminal Redevelopment Project. Memorandum of Agreement with United Airlines IAH Terminal Redevelopment Project Memorandum of Agreement with United Airlines May 29, 2014 On April 24, HAS presented plans for a new Mickey Leland International Terminal (MLIT) Sufficient capacity for

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone: (703) 417-8660 1A. AMENDMENT OF

More information

Administration Policies & Procedures Section Commercial Ground Transportation Regulation

Administration Policies & Procedures Section Commercial Ground Transportation Regulation OBJECTIVE METHOD OF OPERATION Definitions To promote and enhance the quality of Commercial Ground Transportation, the public convenience, the safe and efficient movement of passengers and their luggage

More information

Planned Procurement Opportunities Report. July 2018

Planned Procurement Opportunities Report. July 2018 HILLSBOROUGH COUNTY AVIATION AUTHORITY Planned Procurement Opportunities Report Prepared by the Procurement Department Overview The Planned Procurement Opportunities Report is updated and posted on the

More information

ORDER REQUESTING PROPOSALS

ORDER REQUESTING PROPOSALS Order 2017-2-4 Served: February 13, 2017 DEPARTMENT UNITED OF STATES TRANSPORTATION OF AMERICA UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION OFFICE OF THE SECRETARY WASHINGTON, D.C. Issued by the

More information

Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport

Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport Exhibit 1 Review of Aviation Real Property Leases at Fort Lauderdale-Hollywood International Airport Robert Melton, CPA, CIA, CFE, CIG County Auditor Audit Conducted by: Jenny Jiang, CPA, Audit Manager

More information

DISCUSSION ITEMS. Five Year Joint Airport Capital Improvement Program (JACIP) Review Airport Passenger Facility Charge (PFC) INFORMATION ITEMS

DISCUSSION ITEMS. Five Year Joint Airport Capital Improvement Program (JACIP) Review Airport Passenger Facility Charge (PFC) INFORMATION ITEMS A G E N D A TO FROM RE Chairman - Members Melbourne Airport Authority Executive Director AGENDA for Wednesday, November 19, 2014, 8:30 am Regular Meeting of the Airport Authority To be held at the new

More information

WELCOME TO YOUR REGIONAL AIRPORT AUTHORITY MEETING OF THE CITY OF MERCED AGENDA SPECIAL MEETING

WELCOME TO YOUR REGIONAL AIRPORT AUTHORITY MEETING OF THE CITY OF MERCED AGENDA SPECIAL MEETING WELCOME TO YOUR REGIONAL AIRPORT AUTHORITY MEETING OF THE CITY OF MERCED AUTHORITY MEMBERS John Sundgren - Chair, Alvin Osborn - Vice-Chair, Michael Bodine, Desmond Johnston, and Ryan Smith AGENDA SPECIAL

More information

AGENDA AIRPORTS BOARD Thursday June 21, :30 p.m. Beaufort County Government Building, County Council Chambers

AGENDA AIRPORTS BOARD Thursday June 21, :30 p.m. Beaufort County Government Building, County Council Chambers Page 2 AGENDA AIRPORTS BOARD Thursday June 21, 1:3 p.m. Beaufort County Government Building, County Council Chambers NO AUDIO/VIDEO WILL BE AVAILABLE AT THE HILTON HEAD ISLAND LIBRARY 1. CALL TO ORDER

More information

City and County of San Francisco

City and County of San Francisco City and County of San Francisco Office of the Controller City Services Auditor RECREATION AND PARK DEPARTMENT: Concession Audit of Stow Lake Corporation March 3, 2009 CONTROLLER S OFFICE CITY SERVICES

More information

Establishes a fare structure for Tacoma Link light rail, to be implemented in September 2014.

Establishes a fare structure for Tacoma Link light rail, to be implemented in September 2014. RESOLUTION NO. R2013-24 Establish a Fare Structure and Fare Level for Tacoma Link MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: PHONE: Board 09/26/2013 Final Action Ric Ilgenfritz, Executive Director,

More information

AGENDA CENTRAL FLORIDA EXPRESSWAY AUTHORITY OPERATIONS COMMITTEE MEETING September 19, :00 P.M.

AGENDA CENTRAL FLORIDA EXPRESSWAY AUTHORITY OPERATIONS COMMITTEE MEETING September 19, :00 P.M. AGENDA CENTRAL FLORIDA EXPRESSWAY AUTHORITY OPERATIONS COMMITTEE MEETING September 19, 2018 1:00 P.M. Meeting location: Central Florida Expressway Authority Board Room 4974 ORL Tower Road Orlando, FL 32807

More information

Short-Haul Operations Route Support Scheme (RSS)

Short-Haul Operations Route Support Scheme (RSS) Short-Haul Operations Route Support Scheme (RSS) Valid from January 1 st, 2018 1: Introduction: The Shannon Airport Authority is committed to encouraging airlines to operate new routes to/from Shannon

More information

RESOLUTION NO

RESOLUTION NO Page of 0 0 RESOLUTION NO. 0- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA, PERTAINING TO RATES, FEES, AND CHARGES AT FORT LAUDERDALE-HOLLYWOOD INTERNATIONAL AIRPORT; AMENDING

More information

N Registry Airworthiness & Maintenance Requirements

N Registry Airworthiness & Maintenance Requirements N Registry Airworthiness & Maintenance Requirements State of Registry Requirements Designee Limits and Requirements Maintenance Requirements Presented to: 6 th Airworthiness Safety Seminar By: Date: June

More information

Manistee County Blacker Airport Authority. MINUTES Monday, April 13, 2009 DRAFT. Manistee County Blacker Airport 12:00 Noon Conference Room

Manistee County Blacker Airport Authority. MINUTES Monday, April 13, 2009 DRAFT. Manistee County Blacker Airport 12:00 Noon Conference Room Manistee County Blacker Airport Authority DRAFT MINUTES Monday, April 13, 2009 Manistee County Blacker Airport 12:00 Noon Conference Room Members Present: Members Absent: Others Present: Ervin Kowalski,

More information

Dublin Route Support Scheme ( RSS ) Long-Haul Operations (the Scheme )

Dublin Route Support Scheme ( RSS ) Long-Haul Operations (the Scheme ) Dublin Route Support Scheme ( RSS ) Long-Haul Operations (the Scheme ) 1. Scheme Outline An airline that launches a new route from Dublin Airport (the New Route ), in accordance with the Scheme criteria,

More information

Oklahoma State University Policy and Procedures

Oklahoma State University Policy and Procedures Oklahoma State University Policy and Procedures TEAM TRAVEL 1-0402 GENERAL UNIVERSITY March 2015 1.01 Purpose A. To provide a framework for safe and efficient athletic team travel for the Oklahoma State

More information

AGREEMENT APPLICATION PACKET

AGREEMENT APPLICATION PACKET Business Development Office AGREEMENT APPLICATION PACKET 2017 5835 S. Sossaman Road Mesa, AZ 85212 Dear Prospective Applicant: Thank you for your interest in joining the exciting business revolution occurring

More information

FAA COMPLIANCE ENFORCEMENT, PART 16 AND RECENT LITIGATION

FAA COMPLIANCE ENFORCEMENT, PART 16 AND RECENT LITIGATION 30 th Annual AAAE Basics of Airport Law Workshop and 2014 Legal Update October 19-21, 2014 FAA COMPLIANCE ENFORCEMENT, PART 16 AND RECENT LITIGATION Desk Reference Chapter 10 W. Eric Pilsk Kaplan Kirsch

More information

PART III ALTERNATIVE TRADING SYSTEM (SPA)

PART III ALTERNATIVE TRADING SYSTEM (SPA) PART III ALTERNATIVE TRADING SYSTEM (SPA) TABLE OF CONTENTS PART III ALTERNATIVE TRADING SYSTEM (SPA) TABLE OF CONTENTS... CHAPTER I DEFINITIONS AND GENERAL PROVISIONS... I/1 CHAPTER II MEMBERSHIP... II/1

More information

SUMMARY REPORT ON THE SAFETY OVERSIGHT AUDIT FOLLOW-UP OF THE DIRECTORATE GENERAL OF CIVIL AVIATION OF KUWAIT

SUMMARY REPORT ON THE SAFETY OVERSIGHT AUDIT FOLLOW-UP OF THE DIRECTORATE GENERAL OF CIVIL AVIATION OF KUWAIT ICAO Universal Safety Oversight Audit Programme SUMMARY REPORT ON THE SAFETY OVERSIGHT AUDIT FOLLOW-UP OF THE DIRECTORATE GENERAL OF CIVIL AVIATION OF KUWAIT (Kuwait, 17 to 20 September 2003) International

More information