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

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

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

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

CONSTRUCTION COMMITTEE MEETING AGENDA

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

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

SAN JOSE CAPITAL OF SILICON VALLEY

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

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

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

SUBJECT: SEE BELOW DATE: February 4,2016

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

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

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

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

GREATER ORLANDO AVIATION AUTHORITY

BOARD OF AIRPORT COMMISSIONERS

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

CLASS SPECIFICATION 5/12/11 SENIOR AIRPORT ENGINEER, CODE 7257

PFC Quarterly Status Report September 30, 2016

Spokane Airports 9000 W. Airport Dr. #204 Spokane, WA (509) SPOKANE AIRPORT BOARD

Report to the Board of Directors

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

DEVELOPMENT OF TOE MIDFIELD TERMINAL IROJECT CAPACITY ENHANCEMENT REPORT DEPARTMENT OF AVIATION TOM FOERSTER CHAIRMAN BARBARA HAFER COMMISSIONER

P U B L I C N O T I C E. MBS International Airport Freeland, Michigan Passenger Facility Charge (PFC) Application C-00-MBS

Los Angeles International Airport (LAX) Airside $907M

Session 6 Airport Finance 101 Funding Sources for Airports

BOARD ITO Aide REPORT TO THE AIRPORT COMMISSIONERS

Memorandum of Understanding

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

AMENDMENT OF SOLICITATION

LOVE FIELD MODERNIZATION PROGRAM (LFMP)

Greater Orlando Aviation Authority

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

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

Beaver Island Airport Terminal Building Project Q & A Prepared by Mead & Hunt

Amended & Restated Lease of Terminal Building Premises (Airport Use & Lease Agreement)

Finance and Implementation

(i) Adopted or adapted airworthiness and environmental standards;

AGENDA. Regular Meeting of the NEW ORLEANS AVIATION BOARD

PUBLIC NOTICE AND OPPORTUNITY FOR COMMENT PASSENGER FACILITY CHARGE NEW PFC APPLICATION #11 JUNE 28, 2017

FUTURE PARKING DEVELOPMENT AT DALLAS LOVE FIELD BUDGET, FINANCE AND AUDIT COMMITTEE JUNE 1, 2015

a p 0.4 f Ai RPORT COMMISSIONERS Meeting Date: \ Sk 0 /1ci / 1/1'/V BOARD..ii REPORT TO THE -...r "V:4'

Planned Procurement Opportunities Report. July 2018

Regular Board Meeting August 4, 2015

NOTICE OF OPPORTUNITY FOR PUBLIC COMMENT RELATED TO PASSENGER FACILITY CHARGE Posted March 25, 2019

VoIP RADIO CONSOLE SYSTEM FOR MACON COUNTY EMERGENCY MANAGEMENT

RECOMMENDED 2013 BUDGET

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

RFP 1-12-C069 ELECTONIC SECURITY SYSTEM (ESS) MAINTENANCE & REPAIR SERVICES AT WASHINGTON DULLES INTERNATIONAL & RONALD REAGAN WASHINGTON

GREATER ORLANDO AVIATION AUTHORITY AGENDA DATE: JANUARY 18, 2017 DAY: WEDNESDAY TIME: 2:00 P.M.

AIR SERVICE INCENTIVE PROGRAM

Oklahoma State University Policy and Procedures

COMMONWEALTH PORTS AUTHORITY

REQUEST FOR COMPETITIVE SEALED PROPOSALS AIRPORT MANAGEMENT SERVICES MARV SKIE/LINCOLN COUNTY AIRPORT

I. Call to Order. A. Invocation. B. Pledge of Allegiance. Employee Awards. Public Information Update. 1. PIO Update- Page: 6

OPERATING DIRECTIVE Number: D Aviation Authority Revised: 03/26/13

PUBLIC NOTICE OF PASSENGER FACILITY CHARGE FOR DENVER INTERNATIONAL AIRPORT

REQUEST FOR COMPETITIVE SEALED PROPOSALS AIRPORT MANAGEMENT SERVICES MARV SKIE/LINCOLN COUNTY AIRPORT

TOWN OF OSOYOOS DIVIDEND RIDGE AND SPARTAN DRIVE/FUJI COURT STREET LIGHT INSTALLATION

Public Notice of Opportunity to Comment on Los Angeles World Airports Passenger Facility Charge Application at Los Angeles International Airport

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

1.0 Project Background Mission Statement and Goals Objectives of this Sustainable Master Plan

ISLANDS AT DORAL (NE) COMMUNITY DEVELOPMENT DISTRICT

OPERATING DIRECTIVE Number: D Aviation Authority Revised: 03/25/15

City of Lafayette. Request for Proposals Municipal Airport Fixed Based Operator

AIRPORT SPONSORSHIP POLICY

Hutchinson Regional Airport Request for Proposals for Hangar Lease RFP #15-163

Love Field Modernization Program Update: Master Planning Recommendations

BOARD OF AIRPORT COMMISSIONERS

For Airport Environmental Services. Date Released: August 27, 2018 Deadline for Submission: 5:00pm, September 17, 2018

CHAPTER 61 SHEBOYGAN COUNTY MEMORIAL AIRPORT

TRACK: B TERMINAL/LANDSIDE

City of Jacksonville Beach


Planned Procurement Opportunities Report. January 2019

BILATERAL TEMPLATE AIR SERVICES AGREEMENT

WILKES-BARRE/SCRANTON INTERNATIONAL AIRPORT BOARD MEETING APRIL 17, 2014

Airworthiness Standards Department CAMO Approval Process Form. S/N Activity Started Completed Initial Remarks*

NIAGARA MOHAWK POWER CORPORATION. Procedural Requirements

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

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

NOTICE OF OPPORTUNITY FOR PUBLIC COMMENT RELATED TO PROPOSED PASSENGER FACILITY CHARGE APPLICATION NOVEMBER 9 TH, 2018

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

MELBOURNE AIRPORT AUTHORITY B R I E F REGULAR MEETING of March 23, :30 AM MELBOURNE INTERNATIONAL AIRPORT BOARD ROOM

INVITATION FOR BID VENDOR: BID OPENING:

Kansas City Aviation Department. August 25, 2015

City of Tallahassee, FL Department of Aviation

ASL AVIATION TERMS OF AIRCRAFT USE AND RENTAL AGREEMENT

Port of Friday Harbor

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor June 11, :30 a.m.

Transcription:

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 who conduct lobbying activities with Aviation Authority employees or Board members, registration with the Aviation Authority is required each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1 of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Board makes an award. As adopted by the Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Aviation Authority within 7 calendar days of such lobbying. As of January 16, 2013, Lobbyists will also provide a notice to the Aviation Authority when meeting with the Mayor of the City of Orlando or the Mayor of Orange County at their offices. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) 825-2032. I. CALL TO ORDER II. ROLL CALL. III. PLEDGE OF ALLEGIANCE IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR DECEMBER 20, 2017 V. PRESENTATION A. Twenty-Five Year Service Award to Mike Kearns B. Recognition of Pat Engfer C. Recognition of Ronald N. Lewis 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 Aviation Authority Committee Minutes B. Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Hensel Phelps Construction, for Project Bid Package (BP) No. S00160, South Terminal C, Phase 1 Hensel Phelps General Conditions Fiscal Year (FY) 2018 Part 2 (GMP No. 16-S.1) at the Orlando International Airport C. Recommendation of the Construction Committee to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with Cost Management, Inc. dba CMI for Construction Phase Owner s Authorized Representative (OAR) Technology Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport 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.

GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS JANUARY 17, 2018, MEETING PAGE 2 VI. CONSENT AGENDA (con't): D. Recommendation of the Construction Committee to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with CMTS Construction Management Services, Inc. for Construction Phase Owner s Authorized Representative (OAR) Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport E. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for a No-cost Time Extension for W-S00123, South Terminal C, Phase 1 TK CM@R Pre-Construction Services at the Orlando International Airport F. Recommendation of the Construction Committee to Approve the Single Source Procurement and Installation of Additional Office Trailers from Modular Building Systems International for WS00129, South Terminal C, Phase 1, Program Staff Support Facilities and Maintenance, at the Orlando International Airport G. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 6 to the Professional Services Agreement with A. Epstein and Sons International, Inc. for Additional Construction Phase A/E Services for Project Bid Package (BP) No. 00444, Recapitalization of Pods A and B, at the Orlando International Airport H. Recommendation of the Construction Committee to Award Project Bid Package (BP) No. 00480, Parking Garage B Chiller Replacement at the Orlando International Airport, to Air Mechanical & Service Corp. I. Recommendation of the Construction Committee to Approve Change Orders to Various Contracts J. Recommendation of the Construction Committee to Approve an Addendum to the Continuing Bridge Inspection Consulting Services Agreement with Kisinger Campo & Associates, Corp. to Exercise the Second and Final One- Year Renewal Option K. Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 5 to Purchasing Contract 01-11, Fire Alarm System Testing, Certification and Repair with Commercial Systems Group, Inc. L. Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 4 to Purchasing Contract 15-14, Fire Sprinkler Maintenance Services with Fire & Life Safety America M. Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 4 to Purchasing Contract 06-14, Parking Garage Janitorial Maintenance with Florida Cleaning Systems, Inc. N. Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of Backfile Conversion and Scanning Services from Image One Corporation O. Recommendation of the Concessions/Procurement Committee to Approve the Procurement of Original Equipment Manufacturer (OEM) Repair Parts to Support the Maintenance and Repair of Baggage Handling Systems (BHS) and Passenger Loading Bridges at Orlando International Airport P. Recommendation of the Concessions/Procurement Committee for the Purchase of Foam Hand Soap Supplies Manufactured by DEB SBS, Inc. for Orlando International Airport from Supply Works Q. Recommendation to Approve Operational Policy and Procedure Section 1200.05 Airport Concession Disadvantaged Business Enterprise Policy (ACDBE) R. Recommendation of the Finance Committee to Accept the Retirement Benefits Committee s (RBC) Ranking of Shortlisted Firms for Selection of an Investment Consultant VII. NEW BUSINESS: A. Evaluation and Recommendation for the Design of South Terminal-C Phase II VIII. CHAIRMAN S REPORT

GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS JANUARY 17, 2018, MEETING PAGE 3 IX. 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 the Construction Committee Recommendation to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with Page One Consultants, Inc. for Construction Phase Owner s Authorized Representative (OAR) Quality Assurance (QA)/Quality Control (QC) Review, Project Controls and Inspection Support Services for WS00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport B. Notification of Chief Executive Officer Approvals for January Board Meeting C. Notification of Release of RFP/RFB/RFQ s D. Notification of Operation and Maintenance Fund Budget Transfers in Excess of $250,000 Approved by the Chief Financial Officer between June 21, 2017, and September 30, 2017 E. Notification of the Professional Services Committee s Approval of the Lists of Pre-Qualified Subcontractors/Suppliers for Major Trade Packages for the South Terminal C, Phase 1, Program, at the Orlando International Airport F. Construction Progress Report NEXT SCHEDULED BOARD MEETING IS ON WEDNESDAY, FEBRUARY 21, 2018

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: January 17, 2018 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. September 26, 2017, Construction Finance Oversight Committee 2. November 15, 2017, Design Review Committee 3. April 27, May 25, July 27, and October 26, 2017, ORL Advisory Committee RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept these minutes for filing. CONSENT AGENDA ITEM A

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Hensel Phelps Construction, for Project Bid Package (BP) No. S00160, South Terminal C, Phase 1 Hensel Phelps General Conditions Fiscal Year (FY) 2018 Part 2 (GMP No. 16-S.1) 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 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 March 19, 2017, the Aviation Authority s Finance Committee approved the award of a Construction Management at Risk Services (CM@R) Agreement to Hensel Phelps Construction for the South Terminal C, Phase 1, at the Orlando International Airport. 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 is the actual cost for the subcontractor costs, direct labor, materials, and equipment required to construct the work, Allowances are estimated dollar amounts that are separately identified in a GMP for the purpose of encumbering funds to cover certain costs that are not completely defined when the GMP is approved, but may be necessary to complete the Project. An allowance means that the scope is not fully known or additional review is needed to determine whether the item is reimbursable, General condition expenses, such as CM@R management staff, limited to those set forth in the CM@R Agreement, CM@R Contingency is the negotiated amount or percentage of the Cost of the Work to be utilized for over-budget buyout of the work and for increases in the cost due to unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement, CONSENT AGENDA ITEM B

Owner Contingency is an amount or percentage of the Cost of the Work to be utilized by the Owner for items deemed the responsibility of the Owner in accordance with the Agreement, Performance and Payment rate set forth in the CM@R Contract is 0.66%, and The CM@R Fee covers the CM@R s overhead, profit and all other costs not reimbursable under the CM@R Contract. For Hensel Phelps Construction, the CM@R Fee is 6.031%. Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 16-S.1 for South Terminal C, Phase 1, has been negotiated with Hensel Phelps Construction for Project BP No. S00160, South Terminal C, Phase 1 Hensel Phelps General Conditions, FY 2018 Part 2 (GMP No. 16-S.1) at the Orlando International Airport, for a total GMP amount as shown below. The scope of Project BP No. S00160 provides construction management staff from January 1, 2018 through March 31, 2018. Project BP No. S00160 will provide staff and general conditions necessary to manage and maintain continuity through all GMPs related to the Airside Terminal and related scope under Hensel Phelps Construction s CM@R Agreement for the South Terminal C, Phase 1, Program, through this period. Additional amendments will be required to continue staff and general conditions beyond March 31, 2018. Hensel Phelps Construction proposes these services for the following compensation: General Conditions: CM@R Staff $ 1,819,997 SUBTOTAL: $ 1,819,997 Perf. & Payment Bond (0.66% of GMP Contract Value) $ 12,820 Fee (6.031%) $ 109,764 Total GMP Addendum Cost: $ 1,942,581 The schedule included in the GMP proposal provides for the Project BP No. S00160 substantial completion date of September 30, 2018. 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. There is no impact to Hensel Phelps Construction s proposed MWBE/LDB participation for overall GMP and Hensel Phelps Construction remains committed to exceeding 33% MWBE and 5% LDB participation for construction management services, and 20% MWBE and 4% LDB participation for construction services related to this GMP. On January 9, 2018, the Construction Committee recommended approval of an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1 with Hensel Phelps Construction for Project BP No. S00160, South Terminal C, Phase 1 Hensel Phelps General Conditions FY 2018 Part 2 (GMP No. 16-S.1) at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $1,942,581. Funding is from General Airport Revenue Bonds and the Aviation Authority s Line of Credit to be reimbursed by future Customer Facility Charges and Passenger Facility Charges. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Addendum to the

Construction Management at Risk Services Agreement for the South Terminal C, Phase 1 with Hensel Phelps Construction for Project BP No. S00160, South Terminal C, Phase 1 Hensel Phelps General Conditions FY 2018 Part 2 (GMP No. 16-S.1), for a total negotiated GMP amount of $1,942,581, which includes $1,819,997 for General Conditions CM@R Staff, $12,820 for P&P bonds (0.66%), and a maximum fee amount of $109,764 (6.031%), with funding from General Airport Revenue Bonds and the Aviation Authority s Line of Credit to be reimbursed by future Customer Facility Charges and Passenger Facility Charges; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with Cost Management, Inc. dba CMI for Construction Phase Owner s Authorized Representative (OAR) Technology Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, 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. ISSUES A fee has been negotiated with Cost Management, Inc. dba CMI for a total not-to-exceed amount of $924,568 for Construction Phase OAR Technology Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. These services will include technology and Building Information Modeling (BIM) support, and may include, but are not limited to, meetings, design oversight, review of design submittals, re-design business processes, preparation of alternatives, cost evaluation, concept development, executive staff updates, and other duties as needed. Services will be provided from January 2018 through September 2018. The Office of Small Business Development has reviewed the proposal and determined that because of the limited and specialized nature of the services, Cost Management, Inc. dba CMI does not propose to achieve any MWBE/LDB participation, and that Cost Management, Inc. dba CMI is eligible for award of these services. On January 9, 2018, the Construction Committee recommended approval of an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1 with Cost Management, Inc. dba CMI for Construction Phase OAR Technology Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, as outlined above. CONSENT AGENDA ITEM C

ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $924,568. Funding is from General Airport Revenue Bonds and Customer Facility Charges. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Addendum to the Program and Project Management Agreement for South Terminal C, Phase 1 with Cost Management, Inc. dba CMI for Construction Phase OAR Technology Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport for a total not-to-exceed fee amount of $924,568, with funding from the General Airport Revenue Bonds and Customer Facility Charges; and, authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with CMTS Construction Management Services, Inc. for Construction Phase Owner s Authorized Representative (OAR) Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, 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. ISSUES A fee has been negotiated with CMTS Construction Management Services, Inc. for a total not-to-exceed amount of $372,832 for Construction Phase OAR Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. These services will include a Safety Director and a Project Manager. The scope of services includes, but is not limited to, coordination with the Aviation Authority to ensure compliance with safety and environmental procedures, development and maintenance of program safety standards and reporting, assistance with regulatory and compliance inspections with local, state and OSHA, specification compliance of the contract, and coordination of program efforts for consistency with the Owner s strategies, commitments and goals. Services will be from January 2018 through September 2018. The Office of Small Business Development has reviewed the proposal and determined that because of the limited and specialized nature of the services, CMTS Construction Management Services, Inc. does not propose to achieve any MWBE/LDB participation, and that CMTS Construction Management Services, Inc. is eligible for award of these services. On January 9, 2018, the Construction Committee recommended approval of an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1 with CMTS Construction Management Services, Inc. for Construction Phase OAR Services CONSENT AGENDA ITEM D

for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $372,832. Funding is from General Airport Revenue Bonds and Customer Facility Charges. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Addendum to the Program and Project Management Agreement for South Terminal C, Phase 1 with CMTS Construction Management Services, Inc. for Construction Phase OAR Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport for a total not-to-exceed fee amount of $372,832, with funding from the General Airport Revenue Bonds and Customer Facility Charges; and, authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for a No-cost Time Extension for W-S00123, South Terminal C, Phase 1 TK CM@R Pre-Construction Services 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 May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk Services (CM@R) Agreement to Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, at the Orlando International Airport. A no-cost base agreement was executed on January 11, 2017. On November 22, 2016, the Construction Committee approved Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for initial Pre-Construction Services at the Orlando International Airport, for a total not-to-exceed fee amount of $249,874. On February 15, 2017, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for additional Pre-Construction Services at the Orlando International Airport, for a total not-to-exceed fee amount of $4,005,001. ISSUES 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: CONSENT AGENDA ITEM E

Original Completion Proposed Amendment Proposed Completion 09/30/2017 182 days 03/31/2018 There is no impact to participation goals of 26% MWBE and 5% LDB that were established for Construction Management Services, and 20% MWBE and 4% LDB participation goals for Construction Services. Turner-Kiewit Joint Venture has committed to 26% MWBE and 5% LDB participation for Addendum No. 1 including this Amendment. On December 19, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 1 of the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture, for a No-cost Time Extension for W-S00123, South Terminal C, Phase 1 TK CM@R Pre-Construction Services, 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 accept the recommendation of the Construction Committee and approve an Amendment to Addendum No. 1 to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for W-S00123, South Terminal C, Phase 1 TK CM@R Pre-Construction Services at the Orlando International Airport for a no cost change to revise the completion date to March 31, 2018; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve the Single Source Procurement and Installation of Additional Office Trailers from Modular Building Systems International for WS00129, South Terminal C, Phase 1, Program Staff Support Facilities and Maintenance, 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. ISSUES On October 18, 2017, the Aviation Authority authorized the purchase of eight office trailers from Modular Building Systems International currently located on Canal Road near the new South Airport Automated People Mover (APM)/Intermodal Terminal Facility (ITF) Complex at the Orlando International Airport. As South Terminal C, Phase 1 activities have increased, there is a need for four additional jobsite trailers at the South Terminal C, Phase 1, Complex. On December 20, 2017, the Aviation Authority received a quote from Modular Building Systems International for a total lump sum amount of $3,297,623 to purchase, install and equip four additional jobsite office trailers. The Aviation Authority policy (Section 450.03, Page 1, Single Source Procurement) permits the procurement of goods and/or services 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 purchasing need. The Office of Small Business Development has reviewed the qualifications of the subject contract s MWBE/LDB specifications and determined that, due to the specific nature of the required services, Modular Building Systems International does not propose any MWBE/LDB participation on this purchase request. On January 2, 2018, the Construction Committee recommended approval for the single source procurement and installation of four additional office trailers from Modular CONSENT AGENDA ITEM F

Building Systems International for WS00129, South Terminal C, Phase 1, Program Staff Support Facilities and Maintenance, at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $3,297,623. Funding is from the Passenger Facility Charges, Capital Expenditure Fund, Customer Facility Charges, and General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee for the single source procurement and installation of four additional office trailers from Modular Building Systems International for WS00129, South Terminal C, Phase 1, Program Staff Support Facilities and Maintenance, at the Orlando International Airport, for the total lump sum amount of $3,297,623, with funding from the Passenger Facility Charges, Capital Expenditure Fund, Customer Facility Charges, and General Airport Revenue Bonds; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 6 to the Professional Services Agreement with A. Epstein and Sons International, Inc. for Additional Construction Phase A/E Services for Project Bid Package (BP) No. 00444, Recapitalization of Pods A and B, at the Orlando International Airport BACKGROUND The ten existing Explosive Detection System (EDS) machines located in Pods A and B (five in each pod) have reached the end of their useful life and must be replaced. The Transportation Security Administration (TSA) has implemented a recapitalization and optimization program to replace the aging EDS machines at various airports including the Orlando International Airport. The work funded by the TSA is to develop options to replace the old EDS machines and to improve the performance of the Checked Baggage Inspection Systems (CBIS). Project BP No. 00444, Recapitalization of Pods A and B, at the Orlando International Airport, provides for the replacement of the existing EDS equipment with higher capacity equipment, replacement of Baggage Handling Systems (BHS), replacement and modification of BHS controls and all required infrastructure improvements, in Pods A and B including, but not limited to, structural, architectural, fire suppression, plumbing, ventilating, controls, electrical, communications and electronic safety and security. On June 24, 2015, the Aviation Authority Board approved Addendum No. 6 to the Professional Services Agreement with A. Epstein and Sons International, Inc. for construction administration services for Project BP No. 00444. The construction of Project BP No. 00444 began in June 2015 and is scheduled to be completed in mid-2018. Construction phase A/E services are required during this period. On November 10, 2015, the Construction Committee approved an Amendment to Addendum No. 6 for additional construction administration services to update the BHS performance simulation study associated with Pod D, which included the connector from Pod A to Pod D in the total amount of $35,831. ISSUES A fee has been negotiated with A. Epstein and Sons International, Inc. for a total not-to-exceed fee amount of $320,129 for additional construction phase A/E services for Project BP No. 00444. These services will provide additional construction administration services due to the project s revised Substantial Completion date from October 25, 2017 to the most current forecast of February 23, 2018. In addition to the Substantial Completion delay for the project, A. Epstein and Sons International, Inc. s team has also addressed various scope changes resulting in eight design bulletins along with a number of unanticipated site visits to resolve humidity/rebalancing conditions inside Pod A. If approved, these services would be retroactively effective from November 1, 2017 through on or about May 24, 2018. CONSENT AGENDA ITEM G

The Office of Small Business Development has reviewed the proposal and determined that A. Epstein and Sons International, Inc. proposes to achieve 23.0% DBE participation on these services. On December 19, 2017, the Construction Committee recommended approval of an Amendment to Addendum No. 6 to the Professional Services Agreement with A. Epstein and Sons International, Inc. for additional construction phase A/E services for Project BP No. 00444, Recapitalization of Pods A and B, at the Orlando International Airport, as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $320,129. Funding is from TSA Grants, General Airport Revenue Bonds, and Passenger Facility Charges 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 approve an Amendment to Addendum No. 6 to the Professional Services Agreement with A. Epstein and Sons International, Inc. for additional construction phase A/E services for Project BP No. 00444, Recapitalization of Pods A and B, for a total not-to-exceed fee amount of $320,129, with funding from TSA Grants, General Airport Revenue Bonds, and Passenger Facility Charges to the extent eligible; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Award Project Bid Package (BP) No. 00480, Parking Garage B Chiller Replacement at the Orlando International Airport, to Air Mechanical & Service Corp. BACKGROUND Project BP No. 00480, Parking Garage B Chiller Replacement, is to remove and replace the chillers and Air Handling Units (AHUs) in the Parking Garage B at the Orlando International Airport. This work will also include the replacement of Fan Coil Units (FCUs) in the elevator equipment room to install the new equipment. The construction is scheduled to start in February 2018 and complete in September 2018. ISSUES Project BP No. 00480 was publically advertised on October 22, 2017. On November 21, 2017, two bids were received as follows: Total Bid Bidder Price Comfort Aircon, Inc. $790,000 Air Mechanical & Service Corp. $796,149 In reviewing the required bid form documents, it was discovered that the apparent low bidder, Comfort Aircon, Inc., did not provide the Bidder s Contractor s License, Bid Security, Bid Security Power of Attorney, and Certificate of Corporate Principal. Therefore, Comfort Aircon, Inc. was found non-responsive to the bid. Air Mechanical & Service Corp. has confirmed its bid was prepared in accordance with all bid documents and addenda and that it will be able to complete the project for the amount bid and within the Aviation Authority s schedule. The Office of Small Business Development established an 8% MWBE participation goal and a 2% LDB/SDVOBE participation goal for this project. The Office of Small Business Development has reviewed the bid from Air Mechanical & Service Corp. and determined that Air Mechanical & Service Corp. proposes to achieve 13.9% MWBE and 0% LDB participation. However, Air Mechanical & Service Corp. s proposed roofing subcontractor is certified as both an MWBE and LDB by the Aviation Authority. Therefore, adjusting for the subcontractor s LDB status, Air Mechanical & Service Corp. s proposed participation is 8% MWBE and 5.9% LDB, and Air Mechanical & Service Corp. is eligible for award of the subject contract. CONSENT AGENDA ITEM H

On January 2, 2018, the Construction Committee recommended approval of the award of Project BP No. 00480, Parking Garage B Chiller Replacement at the Orlando International Airport, to Air Mechanical & Service Corp., as outlined above. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $796,149. Funding is from previously-approved Capital Expenditure Funds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) deem the bid from Comfort Aircon, Inc. as non-responsive; (2) approve the award of Project BP No. 00480, Parking Garage B Chiller Replacement at the Orlando International Airport, to Air Mechanical & Service Corp. for the total bid amount of $796,149, with funding from previouslyapproved Capital Expenditure Funds; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Change Orders to Various Contracts BACKGROUND At its meetings on December 19, 2017, and January 2, 2018, 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. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee to (1) approve Change Order No. BP- S00100-24 in the amount of $404,561.06 and no time extension, with funding as outlined in Attachment A; (2) approve Change Order No. V-00825-02 in the amount of $70,070.36 and a 66 calendar day extension to Substantial Completion, with funding as outlined in Attachment A; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the change order(s) following satisfactory review by legal counsel. CONSENT AGENDA ITEM I

Attachment A (Page 1 of 2) Change Order BP-S00100-24 Construction Committee: December 19, 2017 Project: Automated People Mover (APM) Operating System (OS) for Airsides 1 and 3, and South Airport APM Complex (Design/Build/Operate/Maintain) Contractor: Mitsubishi Heavy Industries America, Inc. Amount This Change Order: $ 404,561.06 (0.3% of Original Contract Price) Original Contract Amount: $ 132,972,000.00 Previous Change Orders: $ 5,802,691.94 (4.4% of Original Contract Price) Revised Contract Amount: $ 139,179,253.00 Time Extension: Funding Source: None General Airport Revenue Bonds Description of Change: Provide all design, engineering, labor, equipment and materials to install the following items: (a) Fourteen Panasonic WV-SW598A Super Dynamic Weather Resistant Full HD Pan-Tilt-Zoom (PTZ) Dome Network Cameras (i.e., eight for South Guideway System, three for Airside 1 Guideway System, and three for Airside 3 Guideway System); (b) Fourteen Panasonic Pole Mounting Brackets with PACA4B Mounting Adapters; (c) DIN rail-mounted surge protection for each camera; (d) Required conduit and cable from the closest guideway Junction Box for Communication (JBC) to each camera; and, (e) Nicevision Single Video Channel License. All installations shall be scheduled with Crystal Mover Services, Inc., only during the routine scheduled maintenance of the South APM System. Also included shall be the purchase of a Mobile Maintenance Platform, from JETechnology Solutions, Inc. Mobile Maintenance Platform shall be stored and maintained by Crystal Mover Services, Inc. for the South APM System. GOAA Maintenance will have full access to the Mobile Maintenance Platform to service the cameras installed on the South Guideway. All guideway access shall be coordinated with Crystal Mover Services, Inc. ADD: $404,561.06 [$141,746.29 applies to the Airsides 1 and 3 (North) System; and, $262,814.77 applies to the South System]. The parties negotiated this price and agree that this change order is within the scope of the original contract and does 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: One of the requirements of this project is to install fixed CCTV cameras for the Airsides 1 and 3 and South APM guideway systems. These additional CCTV cameras will be the responsibly of the Aviation Authority to maintain. Also included in this change order is the use of the Mobile Maintenance Platform, which is needed to service the CCTV cameras installed for the South Guideway System. Change Order V-00825-02 Construction Committee: January 2, 2018 Project: OPS Office Renovation/Relocation Level 1, B-Side Contractor: Gomez Construction Company Amount This Change Order: $ 70,070.36 (7.8% of Original Contract Price) Original Contract Amount: $ 902,500.00 Previous Change Orders: $ 3,198.25 (0.4% of Original Contract Price) Revised Contract Amount: $ 975,768.61 Time Extension: Funding Source: 66 Calendar Days Capital Expenditure Funds Description of Change: 1. Provide all labor, materials and equipment to install additional smoke and fire dampers, including all electrical components associated with the change. Add new drywall ceilings throughout the open corridor including finishes. Relocate and rework existing sprinkler system, and add new 45KVA transformer. ADD: $57,780.23; 2. Provide all labor, materials and equipment to add additional screen knee wall, separating the administrative area from open corridor. ADD: $1,787.68; 3. Provide all labor, materials and equipment to add addition receptacles in six locations, including added knee wall in all requiring dedicated circuits. ADD: $4,758.94; 4. Provide all labor, materials and equipment to provide additional

Attachment A (Page 2 of 2) occupancy sensors. Install drywall enclosures on all speaker units, additional damper and diffuser, vapor tight light fixtures. Replace two exterior wood doors with two exterior metal doors. ADD: $5,743.51; and, 5. Increase the contract time for Substantial Completion by 66 calendar days, from 120 calendar days to 186 calendar days, for work associated with Item No 1 above. NO COST. Reason for Change: 1. Unforeseen/Concealed Conditions: The City of Orlando mechanical inspector and plans reviewer revised his initial interpretation of occupancy usage as it pertains to the location of the new offices, and thus required additional smoke and fire dampers including electrical and hardening of the corridor ceilings, because of the location of the site which is under the main terminal. These additional requirements came about after the design and bidding of the contract. The new transformer was required because of the aging factor of the existing transformer onsite; 2. Owner Requested Change: To provide a certain amount of privacy for the administrative staff, a 7-foot high screen wall was added, separating the corridor wall from the administrative office; 3. Owner Requested Change: It was noticed that the new furniture lay-out required additional receptacles to accommodate the office equipment. To add the additional receptacles, dedicated circuits were required to run back to the new main circuit panel; 4. Unforeseen/Concealed Conditions: During the final phase of work listed in Item No. 1 above, it was determined during the final walk-through inspection that, to meet the requirements of the Mechanical Department, additional fire and smoke dampers were required, including special electrical fixtures, and boxing in and fireproofing ceiling speaker fixtures. The mechanical inspector insisted on the additional work for compliance, which included removing two wooden exterior doors and replacing with two fire-rated metal doors to maintain uniformity with surrounding doors; and, 5. Unforeseen/Concealed Conditions: Because of the additional mechanical and electrical requirements, which entailed very long lead items, the contractor has requested additional time to achieve substantial completion.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Continuing Bridge Inspection Consulting Services Agreement with Kisinger Campo & Associates, Corp. to Exercise the Second and Final One-Year Renewal Option BACKGROUND Florida State Statutes, Chapter 287.055, provide that consulting firms may be engaged through continuing services agreements for professional services for projects with a construction value of $2,000,000 or less, for study activity when the fee for such professional work does not exceed $200,000, or for work of a specified nature as outlined in the contract. On March 19, 2014, the Aviation Authority Board approved a Continuing Bridge Inspection Consulting Services Agreements with Kisinger Campo & Associates, Corp. This agreement provides for the performance of bridge inspection and related professional services including, but not limited to, conducting the biennial or periodical inspections for bridges, roadway sign structures and high mast light poles, water structures such as box culverts and pipes, and update the current inspection reports, and all other related services. The provisions of the Continuing Bridge Inspection Consulting Services Agreement include a three-year service agreement with optional renewal periods of two additional one-year terms upon mutual agreement of the Aviation Authority and the consulting firm. The first one-year renewal option as approved by the Aviation Authority on January 18, 2017. Kisinger Campo & Associates, Corp. has been responsive to the Aviation Authority's needs. The first one-year renewal option agreement expires on May 1, 2018. ISSUES To maintain the continuing bridge inspection consulting services on an as-needed basis, the second and final renewal option is required for the agreement with Kisinger Campo & Associates, Corp. In response to the Aviation Authority's notification, the firm provided a letter of concurrence of the second and final one-year renewal option of its original agreement. On December 19, 2017, the Construction Committee recommended approval of a no cost addendum to the Continuing Bridge Inspection Consulting Services Agreements with Kisinger Campo & Associates, Corp. to exercise the second and final one-year renewal option. CONSENT AGENDA ITEM J

ALTERNATIVES The Aviation Authority Board could elect not to exercise the second and final one-year renewal option and request staff to advertise for new continuing bridge inspection consulting services. FISCAL IMPACT There is no fiscal impact for this addendum. 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 approve a no cost addendum to the Continuing Bridge Inspection Consulting Services Agreement with Kisinger Campo & Associates, Corp. to exercise the second and final one-year renewal option and extend the Agreement to May 1, 2019; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY MEMORANDUM Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 5 to Purchasing Contract 01-11, Fire Alarm System Testing, Certification and Repair with Commercial Systems Group, Inc. BACKGROUND Purchasing Contract 01-11, Fire Alarm System Testing, Certification and Repair (Contract) with Commercial Systems Group, Inc. (CSG) provides all labor, supervision, equipment and materials necessary for inspection, testing, certification and repair of the fire alarm systems located at Orlando International Airport (Airport). The initial term of the Contract was 36 months, effective February 1, 2011, with the Authority having two options to renew the contract for an additional year. Upon expiration of the second renewal, a 30 month extension was approved by the Aviation Authority, which is scheduled to expire July 31, 2018. The Contract is a fixed price/indefinite quantity contract. The original 36 month contract value was $844,900. The 12 month contract value of Amendment No. 1 was $246,370 and the 12 month contract value of Amendment No. 2 was $247,120. Amendment No. 3 included a contract adjustment of $800 and the contract value of the 30 month Amendment No. 4 was $638,812.75. At the time of award of the Contract, Minority and Women Business Enterprise (MWBE) and Local Developing Business (LDB) participation goals were not established. The Office of Small Business Development has subsequently re-determined that MWBE and LDB goals should not be established at this time. ISSUES The Aviation Authority s standard form construction agreements require the contractor to utilize the Aviation Authority s current fire alarm maintenance contractor to perform the tie-in of new fire alarm systems. CSG is the only local contractor certified to work on the fire alarm systems at the Airport and is the sub-contractor for fire alarm services on the Ticket Lobby Program and South Terminal Complex. The proposed 36 month contract extension is intended to coincide with the schedule of these projects. The proposed Amendment No. 5 is for 36 months in the amount of $864,559.50, which brings the total contract value including all amendments as proposed to $2,842,559.25. On December 11, 2017, the Concessions/Procurement Committee recommended approval of Amendment No. 5 to Purchasing Contract 01-11 in the amount not-to-exceed $864,559.50. ALTERNATIVES There are no reasonable alternatives under consideration at this time. CONSENT AGENDA ITEM K

FISCAL IMPACT Funding in the full amount of $864,559.50 will be allocated from the Operation and Maintenance Fund. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to approve the recommendation of the Concessions/Procurement Committee to: (1) approve Amendment No. 5 to Purchasing Contract 01-11, Fire Alarm System Testing, Certification and Repair with Commercial Systems Group, Inc., for 36 months; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $864,559.50; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 4 to Purchasing Contract 15-14, Fire Sprinkler Maintenance Services with Fire & Life Safety America BACKGROUND Purchasing Contract 15-14, Fire Sprinkler Maintenance Services (Contract) with Fire & Life Safety America provides inspection, testing, certification, maintenance and modification services for all water-based sprinkler systems located at the Orlando International Airport (Airport). The initial term of the Contract was for 36 months, effective February 20, 2014, with the Aviation Authority having two options to renew the contract for an additional one year. The first renewal option has been exercised and is scheduled expire on February 19, 2018. The Contract is an indefinite quantity contract. The actual amount of the contract is based on the services performed. The initial 36 month contract value was $711,547.96. Amendment No. 1 included a contract adjustment of $3,990.24 that accounted for the addition of Building No. 858. The contract value of Amendment No. 2, exercising the first option to renew, was $257,187.32. Amendment No. 3 included a contract adjustment of $94,904.30 that accounted for work at the Hyatt Regency Hotel. At the time of award of the Contract, Minority and Women Business Enterprise (MWBE) and Local Developing Business (LDB) participation goals were not established. The Office of Small Business Development has subsequently re-determined that MWBE and LDB goals should not be established at this time. ISSUES The Contract as amended is scheduled to expire on February 19, 2018. Staff is satisfied with the services rendered under the Contract and is requesting approval of Amendment No. 4 to the Contract. The contract value of Amendment No. 4, as proposed, exercising the second option to renew and a contract adjustment to account for locations at the South Terminal Complex, is in the total not-to-exceed amount of $303,751.70, which brings the total contract value including all amendments as proposed to $1,371,381.52. On December 11, 2017, the Concessions/Procurement Committee recommended to approve Amendment No. 4 to Purchasing Contract 15-14, Fire Sprinkler Maintenance Services with Fire & Life Safety America in the amount not-to-exceed $303,751.70. ALTERNATIVES There are no reasonable alternatives under consideration at this time. CONSENT AGENDA ITEM L

FISCAL IMPACT Required funding of $303,751.70 will be allocated from the Operation and Maintenance Fund. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to accept the recommendation of the Concessions/Procurement Committee to: (1) approve Amendment No. 4 to Purchasing Contract 15-14, Fire Sprinkler Maintenance Services with Fire & Life Safety America, as presented; (2) authorize funding from the Operation and Maintenance Fund in the amount not-to-exceed $303,751.70; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all appropriate documents following satisfactory review by Legal Counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve Amendment No. 4 to Purchasing Contract 06-14, Parking Garage Janitorial Maintenance with Florida Cleaning Systems, Inc. BACKGROUND Purchasing Contract 06-14, Parking Garage Janitorial Maintenance (Contract) with Florida Cleaning Systems, Inc. provides janitorial maintenance services for the vehicle parking garages at the Orlando International Airport (Airport). The initial term of the Contract was for 36 months, effective March 1, 2014, with the Aviation Authority having two options to renew the Contract for an additional one year. The first renewal option is scheduled to expire on February 28, 2018. The Contract is an indefinite quantity contract over a fixed period of time. The actual amount of the Contract is based upon the services performed. The initial 36 month contract value was $2,593,899.39. Amendment No. 1, included a contract adjustment of $8,396.76 that accounted for the addition of the North Cell Lot and Taxi Bus Hold facilities. The 12 month contract value of Amendment No. 2 was $891,271.29. Amendment No. 3 included a contract adjustment of $120,167.71 that accounted for the addition of the South Terminal Complex Garage C. The Contract includes a Minority and Women Business Enterprise (MWBE) participation goal of 18% and a Local Developing Business (LDB) participation goal of 2%. The Office of Small Business Development has certified that the Contract MWBE and LDB participation is currently in good standing. ISSUES The Contract as amended is scheduled to expire on February 28, 2018. Staff is satisfied with the services rendered under the Contract and is requesting approval of Amendment No. 4 to the Contract. Proposed Amendment No. 4, for the second renewal option, is for $1,182,236.22, which brings the total contract value including all amendments as proposed to $4,795,971.37. On December 11, 2017, the Concessions/Procurement Committee recommended approval Amendment No. 4 to Purchasing Contract 06-14, Parking Garage Janitorial Maintenance with Florida Cleaning Systems, Inc. in the amount not-to-exceed $4,795,971.37. ALTERNATIVES There are no reasonable alternatives under consideration at this time. FISCAL IMPACT Required funding of $1,182,236.22 will be allocated from the Operation and Maintenance Fund. Funding required in current and subsequent fiscal years will be allocated from CONSENT AGENDA ITEM M

the Operations and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to accept the recommendation of the Concessions/Procurement Committee to: (1) approve Amendment No. 4 to Purchasing Contract 06-14, Parking Garage Janitorial Maintenance with Florida Cleaning Systems, Inc., as presented; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $1,182,236.22; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all appropriate documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Authorize the Purchase of Backfile Conversion and Scanning Services from Image One Corporation BACKGROUND Prior to 2010, all planning, engineering and construction project data were stored on 16mm and 35mm microfilm. Since 2010, data is stored digitally (i.e., PDF/A format) in the Aviation Authority s SharePoint Records Center archival site. Conversion of the planning, engineering and construction project data currently stored on 16mm and 35mm microfilm into the PDF/A format, indexing and importing into the Aviation Authority s SharePoint Records Center archival site will allow for easy access of this historical data. ISSUES Image One Corporation has submitted a price proposal in the total not-to-exceed amount of $317,973.51. Services will include, but are not limited to, conversion of the planning, engineering and construction project data currently stored on 16mm and 35mm microfilm into the PDF/A format, indexing and importing into the Aviation Authority s SharePoint Records Center archival site. Each file will be indexed with index values including project number, project date and project file. Data conversion and scanning services as well as discount pricing provided from Image One Corporation are based on a competitive solicitation administered by Miami-Dade County. It is anticipated that the conversion, indexing and importing services will be completed in approximately 18 months with services to commence on or about February 1, 2018. Image One Corporation currently has contractual relationships with the Aviation Authority. However, these specific backfile (i.e., microfilm) conversion and scanning services are not included in the existing contracts with the Aviation Authority. Image One Corporation is well qualified to provide these services in a timely manner. Image One Corporation has been issued Cooperative Purchase Agreement Contract No. 8191-5/20 with Miami-Dade County for backfile (i.e., microfilm) conversion and scanning services. Award to Image One Corporation will be based on this Government Contract/Annual Contract in accordance with Aviation Authority Policy 450.03, Non- Competitive Procurements, which permits the procurement of goods, services, or professional services by direct negotiation or other method involving limited or no competition from a supplier having a requirements contract, annual agreement, or multi-year contract with any public entity (e.g., federal, state, county, city, authority, school board, Buying Cooperative, etc.) for goods, services, or professional services described in such contract and at prices or discounts no less favorable than any set forth in such contracts. The Office of Small Business Development has reviewed this proposed scope of work and determined that, due to the specialized nature of the services, Image One Corporation CONSENT AGENDA ITEM N

does not propose any MWBE/LDB participation. In that regard, on January 8, 2018, the Concessions/Procurement Committee recommended the purchase of Backfile Conversion and Scanning Services from Image One Corporation, as outlined. ALTERNATIVE There are no reasonable alternatives under consideration. FISCAL IMPACT The fiscal impact is $317,973.51. Funding is provided from the Aviation Authority s Operations and Maintenance Funds. Funds anticipated to be spent in the current fiscal year are within budget. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to approve the recommendation of the Concessions/Procurement Committee to: (1) approve the Purchase of Backfile Conversion and Scanning Services as presented from Image One Corporation; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $317,973.51; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve the Procurement of Original Equipment Manufacturer (OEM) Repair Parts to Support the Maintenance and Repair of Baggage Handling Systems (BHS) and Passenger Loading Bridges at Orlando International Airport BACKGROUND The Aviation Authority s contract for Ground Support Equipment Maintenance and Repair Services requires the Aviation Authority to inventory and provide repair parts required by the Aviation Authority s approved contractors to perform maintenance and repair of the Aviation Authority Baggage Handling Systems (BHS) and Passenger Loading Bridges. The parts required are based on OEM recommendations by the manufacturers of the BHS and Passenger Loading Bridges and the estimated quantities required are based on historical usage, maintenance schedules, lead times and required repairs. Staff uses competitive Request for Quotations, Single Source Procurements or Sole Source Procurements were required as provided by Aviation Authority Policy 450.03. The following repair parts required are available only from OEM approved distributers. OEM Est. Value Allen Bradley (Rexel) $30,000.00 Cavotec INET $30,000.00 FCX, Inc. $30,000.00 Five Star Airport Alliance $30,000.00 Forbo Seigling LLC $30,000.00 ITW Commercial GSE Div. of GSE Holdings, d/b/a Hobart Ground $30,000.00 Power Interroll Engineering West $60,000.00 J&B Aviation Services, Inc. $300,000.00 Jervis B. Webb Company $30,000.00 John Bean Technologies Corp. d/b/a JBT AeroTech $500,000.00 SICK, Inc. $20,000.00 Siemens Industry, Inc. $40,000.00 Siemens Postal, Parcel & Airport Logistics $20,000.00 ThyssenKrupp Airport Systems, Inc. $60,000.00 Transnorm Systems, Inc. $200,000.00 Van Der Lande Industries, Inc. $20,000.00 Total Est. Value $1,430,000.00 ISSUES Written unit price quotations are required for indefinite quantities and will include all delivery costs. The actual amount purchased by the Aviation Authority will be dependent on the quantities ordered by the Aviation Authority at the quoted unit CONSENT AGENDA ITEM O

price. This recommendation is for the annual review of approved OEM manufacturers and a 12 month renewal with the 16 manufacturers previously-approved by the Aviation Authority on February 15, 2017, which were previously approved in the total not-toexceed amount of $1,125,000. Based on existing OEM provided price lists, Staff requested 12 month funding in the total not-to-exceed amount of $1,430,000. At its meeting on January 8, 2018, the Concessions/Procurement Committee approved Staff s recommendation for the annual review of all approved OEM manufacturers and a 12 month renewal with the manufacturers previously approved by the Aviation Authority for OEM parts for the BHS and Passenger Loading Bridges in the total not-to-exceed amount of $1,430,000. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Funding for this procurement in the not-to-exceed amount of $1,430,000 is budgeted from the Operation and Maintenance Fund. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to approve the recommendation of the Concessions/Procurement Committee to: (1) deem the parts required from the suppliers listed in the memorandum to be either Sole Source or Single Source, as required, for the 12 month period ending December 31, 2018; (2) authorize funding in the not-to-exceed amount of $1,430,000 from the Operation and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chair, Concessions/Procurement Committee DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee for the Purchase of Foam Hand Soap Supplies Manufactured by DEB SBS, Inc. for Orlando International Airport from Supply Works BACKGROUND On December 8, 2017, the Aviation Authority received written price quotations for the procurement of 1000 ml manual pump dispenser refills (Product 57220) and 1600 ml TouchFREE dispenser refills (Product AZU16LC). Both products contain AeroBlue Foam Hand & Body Shampoo manufactured by DEB SBS, Inc. (DEB) required for the Aviation Authority s janitorial services contractors at Orlando International Airport. ISSUES The written price quotations received are based on an indefinite quantity and include all delivery costs. The actual amount purchased by the Aviation Authority will be dependent on the quantities ordered by the Aviation Authority at the quoted unit price. Written price quotations for the products listed were received from the following firms: Firm Quotation Supply Work $264,983.20 Cosgrove Enterprises, Inc. $268,149.88 Gem Supply $269,904.36 Osceola Supply, Inc. $276,613.84 March Industries, Inc. $323,055.22 Respondents were required to submit a certification or other suitable document provided by the foam hand soap manufacturer (DEB) that indicates the Respondent is authorized to sell and/or distribute the specified foam hand soap products. Documentation was received from DEB indicating that Supply Works, Cosgrove Enterprises, Inc., Gem Supply, and Osceola Supply, Inc. are authorized to sell and/or distribute the specified foam hand soap products. No documentation was submitted by DEB indicating March Industries, Inc. is an authorized seller or distributor. The price quotations received were reviewed by Staff and Legal Counsel and, based on the criteria listed above the quotations received from Supply Works, Cosgrove Enterprises, Inc., Gem Supply and Osceola Supply, Inc. have been determined to be both responsive and responsible. %he quotation from March Industries, Inc. was found nonresponsive. At its meeting on January 8, 2018, the Concessions/Procurement Committee approved Staff s recommendation to approve the purchase of Foam Hand Soap Supplies Manufactured by DEB from Supply Works, the low bidder, in the amount not-to-exceed $264,983.20. CONSENT AGENDA ITEM P

ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT Funding for this procurement in the not-to-exceed amount of $264,983.20 is budgeted from the Operation and Maintenance Fund. Funding required in current and subsequent fiscal years will be allocated from the Operations and Maintenance Fund as approved through the budget process and when funds become available. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority resolve to approve the recommendation of the Concessions/Procurement Committee to: (1) find the quotation from March Industries, Inc. as non-responsive as mentioned in the memorandum; (2) award Purchasing Request for Written Quotations 92598-18 to Supply Works as the low, responsive and responsible Respondent; (3) authorize funding in the not-to-exceed amount of $264,983.20 from the Operation and Maintenance Fund; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all necessary documents following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: January 17, 2018 ITEM DESCRIPTION Recommendation to Approve Operational Policy and Procedure Section 1200.05 Airport Concession Disadvantaged Business Enterprise Policy (ACDBE) BACKGROUND As a recipient of federal funds, the Aviation Authority is required to enact and implement an ACDBE program. The program sets parameters related, but not limited to determining eligibility, goal setting and counting, good faith efforts, monitoring and accountability. The Aviation Authority, working with the Federal Aviation Administration (FAA) reviews the program on a triennial basis to evaluate concession opportunities and determine goals. ISSUES Per the federal regulations, since 2008, the Aviation Authority has had an active ACDBE policy and program. Staff has determined that it is in the best interest of the Aviation Authority to formally adopt this policy. ALTERNATIVES There are no reasonable alternatives under consideration. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve Operational Policy and Procedure Section 1200.05, Airport Concession Disadvantaged Business Enterprise Policy (ACDBE). CONSENT AGENDA ITEM Q

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy TABLE OF CONTENTS Policy Statement 2 I. Definitions 3 II. General Requirements 8 III. Determining and Achieving Goals for ACDBE Participation 11 IV. Goals, Good Faith Efforts, and Counting 14 V. Certification Standards and Procedures 25 VI. Development of an ACDBE Directory 27 VII. Business Development Programs 28 VIII. Monitoring and Enforcement Mechanisms 28 GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 1 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Policy Statement. (49 CFR 23.1 and 23.23) The United States Congress has made a determination that certain classes of businesses described as Airport Concession Disadvantaged Business Enterprises ( ACDBEs ) have been underutilized because of discrimination. The Greater Orlando Aviation Authority (the Aviation Authority ) is required to recognize and certify these ACDBEs. The Aviation Authority, operator of the Orlando International Airport (the Airport ), has established this Airport Concession Disadvantaged Business Enterprise program in accordance with Regulations of the U.S. Department of Transportation ("DOT") 49 CFR Part 23. The Aviation Authority has received federal funds authorized for airport development after January 1988 (authorized under Title 49 of the United States Code). The Aviation Authority has signed airport grant assurances that it will comply with 49 CFR Part 23. It is the policy of the Aviation Authority to ensure that ACDBEs, as defined in 49 CFR Part 23, have an equal opportunity to receive and participate in concession opportunities. In order to implement the Aviation Authority s policy, staff has established the following objectives and is directed as follows: To ensure nondiscrimination in the award and administration of concessions opportunities; To create a level playing field on which ACDBEs can compete fairly for concession opportunities; To ensure that only firms that fully meet 49 CFR Part 23 eligibility standards are permitted to participate as ACDBEs; To help remove barriers to the participation of ACDBEs in concessions opportunities; To provide appropriate flexibility to the Airport in establishing and providing opportunity for ACDBEs; and To promote the development of firms that can compete successfully in the marketplace outside of the ACDBE program. The Director of the Office of Small Business Development has been designated as the ACDBE Liaison Officer. In that capacity, the Director is responsible for implementing all aspects of the ACDBE program. Implementation of the ACDBE program is accorded the same priority as compliance with all other legal obligations incurred by the Aviation Authority in its financial assistance agreements with the DOT. Greater Orlando Aviation Authority By: GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 2 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy I. DEFINITIONS. The Aviation Authority will use terms in this program that have the meaning defined in 49 CFR Part 23 23.3 and Part 26 26.5 where applicable. Affiliation has the same meaning the term has in the Small Business Administration (SBA) regulations, 13 CFR Part 121, except that the provisions SBA regulations concerning affiliation in the context of joint ventures (13 CFR 121.103(f)) do not apply to this part. (1) Except as otherwise provided in the 13 CFR Part 121, concerns are affiliates of each other when, either directly or indirectly: (i) One concern controls or has the power to control the other; or (ii) A third party or parties controls or has the power to control both; or (iii) An identity of interest between or among parties exists such that affiliation may be found. (2) In determining whether affiliation exists, it is necessary to consider all appropriate factors, including common ownership, common management, and contractual relationships. Affiliates must be considered together in determining whether a concern meets small business size criteria and the statutory cap on the participation of firms in the ACDBE program. Airport means the Orlando International Airport. Airport Concession Disadvantaged Business Enterprise means a concessionaire that is a for-profit small business concern that is (a) at least fifty-one percent (51%) owned by one or more individuals who are socially and economically disadvantaged or, in the case of a corporation, in which fifty-one (51%) of the stock is owned by one or more such individuals; and (b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. In any event, the socially and economically disadvantaged individual(s) cannot exceed the personal net worth limitation. Alaska Native means a citizen of the United States who is a person of one-fourth degree or more Alaskan Indian (including Tsimshian Indians not enrolled in the Metlaktla Indian Community), Eskimo, or Aleut blood, or a combination of those bloodlines. The term includes, in the absence of proof of a minimum blood quantum, any citizen whom a Native village or Native group regards as an Alaska Native if their father or mother is regarded as an Alaska Native. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 3 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Alaska Native Corporation (ANC) means any Regional Corporation, Village Corporation, Urban Corporation, or Group Corporation organized under the laws of the State of Alaska in accordance with the Alaska Native Claims Settlement Act, as amended (43 U.S.C. 1601, et seq.). Aviation Authority means the Greater Orlando Aviation Authority. Aviation Authority Board means the governing board of the Greater Orlando Aviation Authority. "Chief Executive Officer means the Chief Executive Officer of the Aviation Authority or the person or persons designated by the Chief Executive Officer to act on his behalf with respect to issues delegated to the Chief Executive Officer 's authority in this policy. Compliance means a recipient has correctly implemented the requirements of this part. "Concession" means one or more of the types of for-profit businesses listed below: A. a business located at the Airport, subject to Part 23, that is engaged in the sale of consumer products or services to the public under an agreement with the Aviation Authority or another concessionaire; B. a business conducting one or more of the following covered activities, even if it does not maintain an office, store, or other business location at the Airport subject to Part 23, as long as the activities take place on the Airport: management contracts and subcontracts, a web-based or other electronic business in a terminal or which passengers can access at the terminal, an advertising business that provides advertising displays or messages to the public on the Airport, or a business that provides good and services to concessionaires. 49 CFR Part 23 contains a listing of the types of businesses which are not considered concessions. A concession may be operated under various types of agreements, including but not limited to: a. A lease; b. A sublease; c. A permit; d. A contractor subcontract; or e. Another instrument or arrangement. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 4 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Concessionaire means a firm that owns and controls a concession or a portion of a concession. Department or DOT means the U.S. Department of Transportation, including the Office of the Secretary and the Federal Aviation Administration (FAA). Direct Ownership Arrangement means a joint venture, partnership, sublease, licensee, franchise, or other arrangement in which a firm owns a concession. Good faith efforts means efforts to achieve an ACDBE goal or other requirement of Part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Immediate family member means father, mother, husband, wife, son, daughter, brother, sister, grandmother, grandfather, grandson, granddaughter, mother-in-law, father-in-law, brother-in-law, sister-in-law, or registered domestic partner. Indian tribe means any Indian tribe, band, nation, or other organized group or community of Indians, including any ANC, which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, or is recognized as such by the State in which the tribe, band, nation, group, or community resides. See definition of tribally owned concern in this section. Joint venture means an association of an ACDBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the ACDBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. Joint venture entities are not certified as ACDBEs. Large hub primary airport means a commercial service airport that has a number of passenger boardings equal to at least one percent (1%) of all passenger boardings in the United States. Management contract or subcontract means an agreement with a recipient or another management contractor under which a firm directs or operates one or more business activities, the assets of which are owned, leased or otherwise controlled by the recipient. The managing agent generally receives, as compensation, a flat fee or a percentage of the gross receipts or profit from the business activity. Material amendment means a significant change to the basic rights or obligations of the parties to a concession agreement. Examples of material amendments include an GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 5 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy extension to the term not provided for in the original agreement or a substantial increase in the scope of the concession privilege. Native Hawaiian means any individual whose ancestors were natives, prior to 1778, of the area that now comprises the State of Hawaii. Native Hawaiian Organization means any community service organization serving Native Hawaiians in the State of Hawaii that is a not-for-profit organization chartered by the State of Hawaii, and is controlled by Native Hawaiians. Noncompliance means a recipient has not correctly implemented the requirements of this part. Part 23 means 49 CFR Part 23, the Department of Transportation s Airport Concession Disadvantaged Business Enterprise regulation for DOT-assisted contracts. Part 26 means 49 CFR Part 26, the Department of Transportation s Disadvantaged Business Enterprise regulation for DOT-assisted contracts. Personal Net Worth means the net value of the assets of an individual remaining after total liabilities are deducted. An individual s personal net worth does not include: (1) The individual s ownership interest in an ACDBE firm or a firm that is applying for ACDBE certification; and (2) The individual s equity in his or her primary place of residence. Primary airport means a commercial service airport that the Secretary determines to have more than 10,000 passengers enplaned annually. Primary industry classification means the North American Industrial Classification System (NAICS) code designation that best describes the primary business of a firm. The NAICS Manual is available through the National Technical Information Service (NTIS) of the U.S. Department of Commerce (Springfield, VA, 22261). NTIS also makes materials available through its Web site (http://www.ntis.gov/naics). Primary recipient means a recipient to which DOT financial assistance is extended through the programs of the FAA and which passes some or all of it on to another recipient. Principal place of business means the business location where the individuals who manage the firm s day-to-day operations spend most working hours and where top management s business records are kept. If the offices from which management is directed and where business records are kept are in different locations, the recipient will determine the principal place of business for ACDBE program purposes. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 6 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Program means any undertaking on a recipient s part to use DOT financial assistance authorized by the laws to which Part 23 applies. Race-conscious means a measure or program that is focused specifically on assisting only ACDBEs, including women-owned ACDBEs. For the purposes of this part, raceconscious measures include gender-conscious measures. Race-neutral means a measure or program that is, or can be, used to assist all small businesses without making distinctions or classifications on the basis of race or gender. Recipient means any entity, public or private, to which DOT financial assistance is extended, whether directly or through another recipient, through the programs of the FAA. For the purposes of this part, Recipient is the Authority. Regulations means 49 CFR Part 23 and 49 CFR Part 26, as applicable. Secretary means the Secretary of Transportation or his/her designee. Set-aside means a contracting practice restricting eligibility for the competitive award of a contract solely to ACDBE firms. Small Business Administration or SBA means the United States Small Business Administration. Small business concern means a for-profit business that does not exceed the size standards of 49 CFR 23.33. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is: (1) Any individual determined by a recipient to be a socially and economically disadvantaged individual on a case-by-case basis. (2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: (i) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (ii) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 7 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy (iii) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (iv) Asian-Pacific Americans, which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; (v) Subcontinent Asian Americans, which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; (vi) Women; (vii) Any additional groups whose members are designated as socially and economically disadvantaged by the SBA, at such time, as the SBA designation becomes effective. The Aviation Authority generally assumes that business owners who fall into one of these groups are socially and economically disadvantaged. Their disadvantaged status generally will not be investigated unless a third-party challenge is made. Information concerning challenge procedures is set forth below. Tribally-owned concern means any concern at least fifty-one percent (51%) owned by an Indian tribe as defined in this section. You refers to a recipient unless a statement in the text of Part 23 or the context requires otherwise (i.e., You must do XYZ means that recipients must do XYZ). II. GENERAL REQUIREMENTS. A. Non-Discrimination ( 23.9) The Aviation Authority will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any concession agreement, management contract or subcontract, purchase or lease agreement or other agreement covered by 49 CFR Part 23 on the basis of race, color, sex, or national origin. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 8 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy In administering its ACDBE program, the Aviation Authority will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the ACDBE program with respect to individuals of a particular race, color, sex, or national origin. The Aviation Authority acknowledges these representations are also in accordance with obligations contained in its Civil Rights, DBE and ACDBE Airport grant assurances. The Aviation Authority will include the following assurances in all concession agreements and management contracts it executes with any firm: (1) This agreement is subject to the requirements of the U.S. Department of Transportation's regulations, 49 CFR Part 23. The concessionaire or contractor agrees that it will not discriminate against any business owner because of the owner's race, color, national origin, or sex in connection with the award or performance of any concession agreement, management contract, or subcontract, purchase or lease agreement, or other agreement covered by 49 CFR Part 23. (2) The concessionaire or contractor agrees to include the above statements in any subsequent concession agreement or contract covered by 49 CFR part 23, that it enters and cause those businesses to similarly include the statements in further agreements. B. ACDBE Program Updates The Aviation Authority is a large hub primary airport required to have an ACDBE program. As a condition of eligibility for FAA financial assistance, the Aviation Authority will submit its ACDBE program and overall goals to the FAA according to the following schedule: Large/Medium Hub Primary Initial Program due Second Goal Due Subsequent Goals Due The Airport January 1, 2006 October 1, 2008 Every 3 years on October 1 When the Aviation Authority makes significant changes to its ACDBE program, it will provide the amended program to the FAA for approval prior to implementing the changes. C. Designation of ACDBE Liaison Officer ( 23.23) Pursuant to 49 CFR 23.23, the ACDBE program shall be administered by the ACDBE Liaison Officer, the Director of the Office of Small Business Development, who has been appointed by and has direct and independent access to the Chief Executive Officer of the Aviation Authority on ACDBE issues. The ACDBE Liaison Officer will be the primary GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 9 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy person responsible for implementing all aspects of this ACDBE Program and will work closely with all other departments of the Aviation Authority who are responsible for making decisions relative to the Aviation Authority s concession related contracting opportunities. Please refer to organizational chart attached hereto as Appendix A. The Aviation Authority has designated the Director of the Office of Small Business Development as the ACDBE Liaison Officer. In that capacity, the Director is responsible for implementing all aspects of the ACDBE program and ensuring that the Aviation Authority complies with all provisions of Part 23. The Director shall have direct, independent access to the Chief Executive Officer concerning ACDBE program matters. Any correspondence or questions should be sent to: Greater Orlando Aviation Authority Office of Small Business Development Orlando International Airport 5850-B Cargo Road Orlando, Florida 32827 Phone: 407-825-7133 Fax: 407-825-3004 Duties and responsibilities of the ACDBE Liaison Officer include the following: 1. Gathering and reporting statistical data and other information as required by the FAA or DOT; 2. Reviewing third party contracts for compliance with this program; 3. Working with all appropriate departments to set overall annual goals; 4. Ensuring that bid notices and requests for proposals are available to ACDBEs in a timely manner; 5. Identifying concession opportunities, contracts and procurements so that ACDBE goals, both race-neutral and contract specific, are included in solicitations; 6. Monitoring results of solicitations containing ACDBE goals; 7. Analyzing the Aviation Authority s progress toward goal attainment and identifying ways to improve progress; 8. Participating in pre-bid/pre-proposal meetings; GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 10 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy 9. Advising the Chief Executive Officer on ACDBE matters and achievement; 10. Participating with legal counsel and project directors to determine contractor compliance with good faith efforts; 11. Providing ACDBEs with information and assistance in preparing bids, obtaining bonding and insurance; 12. Planning and participating in ACDBE training seminars; 13. Certifying ACDBEs according to the criteria set by DOT and acting as liaison to the Uniform Certification Process in Florida; 14. Providing outreach to ACDBEs and community organizations to advise them of opportunities; and 15. Maintaining the Aviation Authority s updated directory on certified ACDBEs. The ACDBE Liaison Officer, or his or her designee, is responsible for the implementation of the ACDBE program in coordination with the Concessions Department. D. Active Participants List ( 23.23) The Aviation Authority will use information collected pursuant to Section IV, subpart G.1.A., of this policy to create and maintain an Active Participants List. E. Long Term and Exclusive Contracts ( 23.75) The Aviation Authority will only enter into long term and exclusive contracts with concessionaires pursuant to the Regulations. If special, local circumstances exist that make it important to enter into a long-term and exclusive agreement, the Aviation Authority will submit detailed information to the FAA Regional Civil Rights Office for review and approval. III. DETERMINING AND ACHIEVING GOALS FOR ACDBE PARTICIPATION. ( 23.25) The Aviation Authority shall establish separate overall three-year goals for the participation of ACDBEs in rental car and non-rental car concession related contracting opportunities as required by the Regulations. Both overall goals of the Aviation Authority shall be expressed as a percentage of total gross receipts. The Aviation Authority s overall goals represent the amount of ready willing and able ACDBEs that are available to participate in contracting opportunities and are reflective of the amount of ACDBE participation the Aviation Authority would expect absent the effects of discrimination. The Aviation Authority intends to meet the goals to the maximum extent feasible through race- GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 11 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy neutral measures as described herein. In the event race-neutral measures are inadequate to meet an overall goal, the Aviation Authority will use race-conscious measures which may include establishing specific contract goals for particular concessions opportunities. While the Aviation Authority s prime objective is to provide concession opportunities to ACDBEs to own and operate independent concessions, the Aviation Authority shall require all businesses subject to ACDBE goals at the Airport to make good faith efforts to explore all available options to meet goals. The overall threeyear goals shall be reviewed annually to determine whether the goals continue to fit the circumstances of the Aviation Authority. A. Ensuring Non-discriminatory Participation of ACDBEs The Aviation Authority will take the measures to ensure nondiscriminatory participation of ACDBEs in concessions, and other covered activities. The Aviation Authority will seek ACDBE participation in all types of concession activities, rather than concentrating participation in one category or a few categories to the exclusion of others. The Aviation Authority s overall goal methodology, a description of the race-neutral measures it will take to meet the goals are described in this plan. The goals are set consistent with the requirements of Subpart D. ( 23.25(b), (d)). If the Aviation Authority projects that race-neutral measures, standing alone, are not sufficient to meet an overall goal, it will use race-conscious measures as described herein. The Aviation Authority will require businesses subject to ACDBE goals at the Airport (except car rental companies) to make good faith efforts to explore all available options to meet goals, to the maximum extent practicable, through direct ownership arrangements with ACDBEs. The Aviation Authority will not use set-asides or quotas as a means of obtaining ACDBE participation. ( 23.25 (f)-(g)). B. Reporting The Aviation Authority will retain sufficient basic information about its ACDBE program implementation, ACDBE certification and the award and performance of agreements and contracts to enable the FAA to determine compliance with Part 23. This data will be retained for a minimum of three years following the end of the concession agreement or other covered contract. Beginning March 1, 2006, the Aviation Authority will submit to the FAA Regional Civil Rights Office, an annual ACDBE participation report on the form in Appendix A of Part 23. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 12 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy C. Compliance and Enforcement Procedures The Aviation Authority will take the following monitoring and enforcement mechanisms to ensure compliance with 49 CFR Part 23. 1. The Aviation Authority will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment of Program Fraud and Civil Penalties rules) provided in 49 CFR 26.107. 2. The Aviation Authority will consider similar action under its legal authorities, including responsibility determinations in future contracts. 3. The Aviation Authority will implement a monitoring and enforcement mechanism to ensure that work committed to ACDBEs at contract award is actually performed by the ACDBEs. This mechanism will provide for a running tally of actual ACDBE attainments (e.g., payment actually made to ACDBE firms), including a means of comparing these attainments to commitments. This will be accomplished by: a. Attending monthly meetings with the Concessions Department (goal: to review the performance of ACDBEs, discuss any issues (operational or financial)). Inquire about all ACDBEs to including those not under direct lease with the Aviation Authority. b. Reviewing draft Request for Proposal (RFP) and bid documents with the Concessions Department and legal counsel. c. Attending any and all meetings where the Concessions Department will present key elements of the RFP/bid documents. d. Presenting participation information at pre-proposal meetings. e. Obtaining and reviewing all proposals to calculate proposed ACDBE percentages, ensure firms are certified, confirm participation amount with sub-concessionaire and if the goal is not met, perform good faith effort review. f. Preparing memorandum to the Concessions Department advising of status of proposed participation. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 13 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy g. Attending the Concessions/Procurement Committee meeting (make sure minutes from next meeting and the current memo get into file). h. Attending Aviation Authority Board agenda meetings to ensure any ACDBE award language is included in draft board items. Obtaining copies of Aviation Authority Board approved items with participation goals for followup. i. Ensuring receipt of monthly disbursement report. j. Conducting compliance check at least two times each fiscal year. k. Conducting annual meeting with prime concessionaires to review participation. In the Aviation Authority s reports of ACDBE participation to FAA, the Aviation Authority will show both commitments and attainments, as required by the DOT reporting form. IV. GOALS, GOOD FAITH EFFORTS, AND COUNTING. A. Overall Goal Requirement The Aviation Authority will establish two separate overall goals, one for car rentals and another for concessions other than car rentals which will be disclosed as a percentage of the FAA funds that it anticipates expending on FAA-assisted contracts in the three (3) forthcoming fiscal years. The Aviation Authority shall submit its overall ACDBE goals for car rentals and concessions other than car rentals to the DOT on October 1 every three years and the overall goals will cover a three-year period. The Aviation Authority will review the goals annually to make sure the goals continue to fit the Aviation Authority s circumstances. In the event there are changed circumstances, the Aviation Authority may adjust its three-year goal. The adjusted goal will be submitted to the DOT for review and approval. B. Methodology for Setting Overall ACDBE Goals ( 23.51) In developing its overall goals, the Aviation Authority reviews concession opportunities that will occur during the goal period, including those arising: 1. When a new concession agreement will be awarded; 2. When the Aviation Authority will exercise an option (if contained in the relevant agreement) to extend an existing agreement; and GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 14 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy 3. When a material amendment will be made to an existing agreement, to the extent these are known in advance. The ACDBE Liaison Officer, in conjunction with other appropriate Aviation Authority staff, will determine the total available businesses according to the relevant contracting market area. The ACDBE Liaison Officer will conduct a similar analysis to determine the ACDBEs that are available to participate in the projected contracts. The ACDBE Liaison Officer may consult a variety of sources including, but not limited to, the Aviation Authority s Active Participant List discussed herein. The number of all ACDBE businesses shall be divided by the total businesses available to participate to establish a base goal. Once a base for the goal is established, the ACDBE Liaison Officer along with staff will evaluate all available evidence to determine if an adjustment in the base figure is needed in order to arrive at a more accurate overall goal. The Aviation Authority believes that an adjustment for theme retail activity is warranted relevant to the non-car rental concession goal. C. Rationale for Calculating Overall Non-Car Rental Goal Excluding Theme Retail Given the nature of the Airport's concessions, the Aviation Authority would establish disproportionate percentage goal of forthcoming Airport concession opportunities to ACDBEs if theme retail revenues were included, which generates an unusually large share of total concession receipts. Theme retail concessions are unique to Orlando. They are concessions operated by area tourist attractions for the sale of themed and logoed goods relating specifically to the operator's respective attractions. Theme retail concessions currently include Sea World, Walt Disney World, Universal Orlando and Kennedy Space Center. The attempts of the Aviation Authority to secure ACDBE participation in theme retail concessions have been unsuccessful. D. Adoption of Overall Goals Once the concession goals are established, such goals shall be submitted to the Chief Executive Officer for review. Upon review and approval of the Chief Executive Officer, the goals shall be submitted to the Aviation Authority Board. The Aviation Authority Board will adopt separate three-year goals for rental car and non-rental car concession related opportunities, which shall include a projection of the portion of the goals that can be achieved through race-neutral and race-conscious measures. The ACDBE goals shall be submitted to the FAA every three years from the first date of submission. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 15 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy If the average annual concession revenues for car rentals over the preceding three years do not exceed $200,000, the Aviation Authority need not submit an overall goal for car rentals. Likewise, if the average annual concession revenues for concessions other than car rentals over the preceding three years do not exceed $200,000, the Aviation Authority need not submit an overall goal for concessions other than car rentals. The Aviation Authority understands that revenue means the total revenue generated by concessions, not the fees received by the Airport from concessionaires. E. Consultation in Goal Setting The Aviation Authority consults the stakeholders before submitting the overall goals to the FAA. Stakeholders will include, but not be limited to, minority and women s business groups, community organizations, trade organizations representing concessionaires currently located at the Airport, as well as existing concessionaires themselves, and other officials or organizations which could be expected to have information concerning the availability of disadvantaged businesses, the effects of discrimination on opportunities for ACDBEs, and the Aviation Authority efforts to increase participation of ACDBEs. Following the consultation, the Aviation Authority will publish a notice of the proposed overall goal, informing the public that the proposed goal and its rationale are available for inspection during normal business hours at the Aviation Authority s principal office for forty-five (45) days following the date of notice and informing the public that the Aviation Authority and DOT will accept comments on the goals for forty-five (45) days from the date of the notice. The submitted plan is subject to modifications based upon the Aviation Authority s review of any comments received through the date closing the comment period. Following the review period, the Aviation Authority will hold a public meeting to explain the goal methodology and provide an opportunity for questions and comments on the proposed goal. The Aviation Authority s overall goal submission to the DOT will include a summary of information and comments received during this public participation process and the Aviation Authority s responses. Once the final Program is approved by the FAA, the Aviation Authority will begin using the overall goal on October 1 of each year, unless the Aviation Authority has received other instruction from the DOT, and will distribute a copy of the Program to the abovementioned stakeholders via public publication of the Program on the Aviation Authority s website. F. Achieving Overall Goals The Aviation Authority shall strive to achieve the overall goals for ACDBE participation through a combination of race-neutral measures and race-conscious measures. The GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 16 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Aviation Authority shall not use quotas or set-asides for ACDBE participation in the Program, which are prohibited by 49 CFR 23.61. The Aviation Authority will adjust the estimated breakout of race-neutral and raceconscious participation as needed to reflect actual ACDBE participation (see 49 CFR 26.51(f)) and will track and report race-neutral and race-conscious participation separately. 1. Race-Neutral Methods The Aviation Authority intends to use race-neutral methods to the maximum extent feasible to achieve its overall goal. For reporting purposes, race-neutral ACDBE participation includes, but is not necessarily limited to, the following: ACDBE participation through a prime contract an ACDBE obtains through customary competitive procurement procedures; ACDBE participation through a subcontract on a prime contract that does not carry an ACDBE goal; ACDBE participation on a prime contract exceeding a contract goal; and ACDBE participation through a subcontract from a prime contractor that did not consider a firm s ACDBE status in making the award. The Aviation Authority will use the following measures as appropriate: a. Notifying ACDBE and other small business community organizations that Aviation Authority contracting and subcontracting opportunities are available; b. Structuring concession activities so as to encourage and facilitate the participation of ACDBEs when practical and subdividing as many trade items as prudently possible into small contractual elements which will enable small trade contractors to compete effectively; c. Disseminating the Aviation Authority s ACDBE policy by advertising in news media, including minority-focused new media, and by notifying and discussing this policy with all contractors and suppliers; d. Ensuring that competitors for concession opportunities are informed during pre-solicitation meetings about how the Aviation Authority s ACDBE Program will affect the procurement process; e. Conducting pre-bid conferences to provide firms with an opportunity to ask questions about ACDBE requirements and encouraging ACDBE contractors to attend these conferences; f. Providing plans and specifications to ACDBE and other small business contractor organizations at a reduced cost; GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 17 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy g. Providing ACDBE and other small business community organizations with lists of firms bidding as prime contractors; h. Assisting prime contractors in efforts to obtain the names and addresses of ACDBE firms that may be utilized as subcontractors; i. Assisting ACDBEs in overcoming limitations in bonding and financing through the Surety Bond and Financing/Loan Guarantee Program and, where reasonable, providing for relaxed bonding requirements; j. Providing information to small business regarding concession and management opportunities at the Airport; k. Facilitating introductions to the Aviation Authority s and other U.S. DOT recipients contracting activities, through various Small Business Conferences and Hispanic Chamber, Black Board of Trade and Commerce, African American Chamber, Hispanic Business Initiative Fund, Black Business Initiative Fund, Women and Minority Business Enterprise Alliance and Asian Business Chamber sponsored events and conferences as well as other outreach activities; l. Providing outreach and communications programs on contract procedures and contract opportunities to ensure the inclusion of ACDBEs; m. Ensuring the distribution of the UCP Database to the widest feasible universe of potential concessionaires and management services contractors by listing the website location in the RFPs and Request for Qualifications (RFQ); n. Participating in the local small business conference expos; o. Providing information on concession opportunities to local minority assistance organizations including the Minority\Women Business Enterprise Alliance, the Hispanic Business Initiative Fund and the Black Business Initiative Fund; p. Utilizing a small business initiative program initiated as a pilot program some years ago which designates opportunities to small businesses referred to as the Local Developing Business policy; q. Providing procedures for accelerated semi-monthly progress payments to meet certain cash flow needs of ACDBE and other small business firms; and GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 18 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy r. Reimbursing contractors for aggregate purchases of materials and equipment (which have been properly received and satisfactorily stored) in the next succeeding monthly or semi-monthly payment. 2. Race-Conscious Methods Unless the Aviation Authority determines that other race-conscious methods should be used, the Aviation Authority shall establish contract-specific ACDBE participation goals when race-neutral measures, standing alone, are not projected to be sufficient to meet an overall goal. The goals shall be established by the Aviation Authority, and substantiated by information furnished by the ACDBE Liaison Officer. The contractspecific goal shall apply to the percentage of ACDBE participation calculated based on total gross receipts for concessions, and shall be set forth in the bid solicitation s ACDBE provisions. The Aviation Authority is not required to establish a contract-specific goal for every contracting opportunity. For each contract the factors outlined below will be considered to determine whether a contract-specific goal should be established for the particular contract and, if so, what the percentage goal shall be: a. The projected portion of the overall goals that will be met by establishing contract-specific goals; b. The progress toward achieving the overall goals; c. The full range of activities in the proposed contract; d. The availability of ACDBEs for the types of work involved in the performance of the proposed contract; e. The unique conditions of the contract that might affect the ability of the concession related firm to coordinate, utilize or incorporate other concession related firms into the projects; f. The effect that the contract-specific goal might have on the time of completion; g. If the objective of the contract-specific goal is to obtain ACDBE participation through a direct ownership arrangement with a ACDBE, the goal will be calculated as a percentage of the total estimated annual gross receipts from the concession; h. If the goal applies to purchase or leases of goods and services, the goal will be calculated by dividing the estimated dollar value of all purchases to be made by the concessionaire; GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 19 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy i. Notwithstanding any of the above, concessionaires shall make good faith efforts to explore all available options to meet goals to the maximum extent practicable, through direct ownership arrangements with ACDBEs; and j. Any other relevant criteria. G. Awarding Contracts with Contract-Specific Goals The Aviation Authority will use contract goals to meet any portion of the overall goal the Aviation Authority does not project being able to meet using race-neutral means including but not limited to, arranging solicitations, time for the presentation of bids, quantities, drafting specifications and delivery schedules in ways that facilitate participation by ACDBEs and other small businesses and by making contracts more accessible to small businesses. The Aviation Authority will not use a local geographic preference in awarding contracts. Contract goals are established so that, over the period to which the overall goal applies, they will cumulatively result in meeting any portion of the overall goal that is not projected to be met through the use of race-neutral means. The ACDBE Liaison Officer will establish contract goals only on those DOT-assisted contracts that have subcontracting possibilities. The size of contract goals will be adapted to the circumstances of each such contract (e.g., type and location of work, availability of ACDBEs to perform the particular type of work). The Aviation Authority will express contract goals as a percentage of the total amount of a DOT-assisted contract. Any proposed concessionaire that fails to demonstrate that it achieved the contractspecific ACDBE participation goal and fails to demonstrate that it made sufficient good faith efforts to do so shall not be deemed responsive and therefore, shall be ineligible for award of the contract. 1. Proposed ACDBE Participation in Bid Document ( 23.25 and 26.53) A. Information to Be Submitted: As a matter of responsiveness, each bidder or proposer must submit to the Aviation Authority, together with the bid or proposal, at the designated time for bid or proposal submittal: i. The names, addresses and telephone numbers of ACDBE firms that will participate in the contract; ii. The firm s status as an ACDBE or non-acdbe; GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 20 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy iii. The age of the firm; iv. A description of the work that each ACDBE will perform; v. The dollar amount of the participation of each ACDBE firm participation, as either estimated gross receipts or estimate total contract value; vi. Written and signed confirmation from the ACDBE that is participating in the contract as provided in the prime bidder/proposer s commitment; and vii. Any such other information as the Aviation Authority may request in the invitation or request for bids/proposals. The Aviation Authority will use this information to maintain and update its Active Participants List ( 23.51(c)(2)). This list will be augmented by any entity expressing an interest in doing business at the Airport. Such list will consist of information about all ACDBE and non-acdbe firms that bid or quote on DOT-assisted contracts. The Active Participants list will include the name, address, and ACDBE or non-acdbe status. The Aviation Authority will collect this information as to subcontractors by requiring bidders to include a list of all firms quoting on subcontract work for each project as described above. 2. Good Faith Efforts ( 23.25) If the bidder or proposer does not meet the contract goal, the bidder/proposer must submit evidence of good faith efforts. The obligation of the bidder or proposer is to make good faith efforts to meet the ACDBE contract goal. The bidder or proposer can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts to do so. Examples of good faith efforts are found in Appendix A to 49 CFR Part 26 and include: A. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified ACDBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the ACDBEs to respond the solicitation. The bidder must determine with certainty if the ACDBEs are interested by taking appropriate steps to followup initial solicitations. B. Selecting portions of the work to be performed by ACDBEs in order to increase the likelihood that the ACDBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate ACDBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 21 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy C. Providing interested ACDBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. D. Negotiating in good faith with interested ACDBEs. i. It is the bidder s responsibility to make a portion of the work available to ACDBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available ACDBE subcontractors and suppliers, so as to facilitate ACDBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of ACDBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for ACDBEs to perform the work. ii. A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including ACDBE subcontractors, and would take a firm s price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using ACDBEs is not in itself sufficient reason for a bidder s failure to meet the contract ACDBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from ACDBEs if the price difference is excessive or unreasonable. E. Not rejecting ACDBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. nonunion employee status) are not legitimate causes for the rejection or nonsolicitation of bids in the contractor s efforts to meet the project goal. F. Making efforts to assist interested ACDBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. G. Making efforts to assist interested ACDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. H. Effectively using the services of available minority/women community organizations; minority/women contractors groups; local, state and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of ACDBEs. I. A promise to use ACDBEs after contract award is not considered to be responsive to the contract solicitation or to constitute good faith efforts. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 22 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Within two (2) business days after receipt of a request from the Aviation Authority, competitors failing to meet the ACDBE contract goal must submit documentation of the good faith efforts they made before submission of the bid/proposal, to achieve the ACDBE goal. The Aviation Authority may evaluate not only the different kinds of efforts made by the bidder, but also the quality and intensity of those efforts. Efforts made by the competitor after submission of the bid/proposal to meet the ACDBE contract goal will not be considered by the Aviation Authority. The ACDBE Liaison Officer and legal counsel shall make the determination whether a bidder or proposer has made a good faith effort to meet the contract goal. The Aviation Authority will ensure that all information is complete and accurate and adequately documents the bidder s or proposer s good faith efforts before it commits to the performance of the contract by the bidder or proposer. 3. Administrative Reconsideration A. In the event the Aviation Authority s ACDBE Liaison Officer and legal counsel determine that a bid should be rejected for failing to demonstrate good faith efforts, the Aviation Authority s ACDBE Liaison Officer shall promptly provide a written explanation of the basis for rejection. A bidder or proposer may appeal the ACDBE Liaison Officer s determination to the Chief Executive Officer. The Chief Executive Officer is the sole administrative reconsideration contact. The Chief Executive Officer plays no role in the determination by the ACDBE Liaison Officer whether good faith efforts were made. The reconsideration must be filed within five (5) business days after receipt of the written explanation of the basis for rejection. The reconsideration shall be submitted in writing to the Chief Executive Officer, Greater Orlando Aviation Authority, Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida 32827. B. As part of this reconsideration, the bidder or proposer will have the opportunity to provide written argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder or proposer will have the opportunity for a hearing before the Chief Executive Officer to address the issue of whether it met the goal or made adequate good faith efforts to do. The Chief Executive Officer will issue a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the DOT. 4. Good Faith Efforts When an ACDBE is Replaced on a Contract GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 23 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy The Aviation Authority will require the concessionaire to notify the ACDBE Liaison Officer immediately of the ACDBEs inability or unwillingness to perform and provide reasonable documentation. In this situation, the Aviation Authority will require the concessionaire to obtain its prior approval of the substitute ACDBE and to provide copies of new or amended agreements, subcontracts, or documentation of good faith efforts. The Aviation Authority will include in each prime concessionaire contract a provision for appropriate administrative remedies or default that the Aviation Authority will invoke if the prime concessionaire fails to comply with these requirements, including the right to terminate the contract in substantially the following form: A contractor may only terminate a ACDBE with good cause and not simply for the convenience of the prime contractor. The Aviation Authority will require the prime contractor to obtain the Chief Executive Officer s prior written approval to terminate an ACDBE or substitute an ACDBE. Upon a showing of good cause for the termination by the prime contractor, the Aviation Authority will require a contractor to make good faith efforts to replace an ACDBE that is terminated or has otherwise failed to complete its work on a contract with another certified ACDBE. The Aviation Authority will require the prime contractor to notify the ACDBE Liaison Officer immediately of the ACDBE s inability or unwillingness to perform and provide reasonable documentation. The Chief Executive Officer may require the prime contractor to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, the Aviation Authority may issue an order stopping all or part of payment and work until satisfactory action has been taken. If the contractor still fails to comply, contractor may be deemed in default under the contract. H. Eligibility of Proposals The ACDBE Liaison Officer, or his or her designee, shall evaluate all proposals to determine whether the proposers submitted all of the information required by the Regulations. Proposers who also meet the contract-specific ACDBE goal or demonstrate sufficient good faith efforts (a responsive proposer) shall be eligible for the contract award. Should the ACDBE Liaison Officer determine that additional information is needed to evaluate a proposer s submission with regard to the ACDBE requirements, the ACDBE Liaison Officer shall request said proposer to submit the required information or may contact the listed ACDBE directly. I. Over-Concentration To the extent practicable, the Aviation Authority seeks to obtain ACDBE participation in all types of concession activities so that ACDBE participation is not concentrated in one GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 24 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy or a few categories of Airport concessions to the exclusion of others. Currently, the Aviation Authority is unaware of any types of work or contracting opportunities that have an over-concentration of ACDBE participation. J. Evaluation of ACDBE Certification Status The Aviation Authority shall require that any ACDBEs listed by bidders or proposers for participation in the contract be certified as eligible ACDBEs pursuant to this Program, at the time of proposal/bid opening. K. Recommendation for Award Following the recommendation of the proposer, the ACDBE Liaison Officer shall prepare a report on the proposer s compliance with the ACDBE requirements for review by the Chief Executive Officer and for presentation to the Aviation Authority Board at the time the contract award is considered. The decision of the Aviation Authority Board on the award of the contract shall be final and binding on all parties, subject to the review and approval of the contract by the Aviation Authority s legal counsel. L. Counting ACDBE Participation ( 26.55) The Aviation Authority will count ACDBE participation toward overall and contract goals as provided in 49 CFR 23.53 and 23.55. V. CERTIFICATION STANDARDS AND PROCEDURES. ( 23.31-39) The Aviation Authority will count only firms that were certified pursuant to Part 23 as an ACDBE. The Aviation Authority is not obligated to certify a 49 CFR Part 26 DBE as an ACDBE if the firm does not do work relevant to its concessions program. A. Process For information about the certification process or to apply for certification, firms should contact the Aviation Authority s ACDBE Liaison Officer, 5850-B Cargo Road, Orlando, Florida 32827-4399, (407) 825-7133. In the event an ACDBE s certification is removed, the Aviation Authority will follow procedures consistent with 49 CFR Part 23. To ensure separation of functions in a decertification, the Chief Executive Officer will serve as the decision maker in decertification proceedings. The Aviation Authority established an administrative separation to ensure that the Chief Executive Officer will not have participated in any way in the decertification proceeding against the firm, including in the decision to initiate such a proceeding. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 25 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy If the Aviation Authority denies a firm s application or decertifies it, the firm may not reapply until six (6) months have passed from the Aviation Authority s action. Upon the Aviation Authority s denial and a request by the firm, the Aviation Authority must provide the firm a written explanation for the reasons of the denial, specifically referencing the evidence in the record that supports each reason for the denial. All documents and other information on which the denial is based shall be made available to the applicant on request. In instances when concessionaire s ACDBE eligibility is removed due to the firm exceeding the small business size standard or because an owner has exceeded the personal net worth standard, and the firm in all other respects remains an eligible ACDBE, the firm s participation may continue to count toward ACDBE goals during the remainder of the current concession agreement. The concessionaire s participation toward ACDBE goals will not count beyond the termination date for the concession agreement in effect at the time of the decertification. B. Unified Certification Program The Aviation Authority utilizes and participates in Florida s Unified Certification Program (UCP) in addition to the procedures and standards of 49 CFR Part 23 23.31-39 for certification of ACDBEs for the purposes of participation in the Aviation Authority s concession plan. C. Certification Appeals Any firm or complainant may appeal the Aviation Authority s decision in a certification matter to DOT. If a firm or complainant would like to file an appeal, the firm or complainant must send a letter to the Department within ninety (90) days of the date of the Aviation Authority s decision including information and arguments concerning why the Aviation Authority s decision should be reversed. The DOT may accept an appeal filed later than ninety (90) days after the date of the decision if the DOT determines that there was good cause for the late filing of the appeal. Such appeals may be sent to: U.S. Department of Transportation Departmental Office of Civil Rights 1200 New Jersey Avenue SE. Washington, DC 20590-0001 The Aviation Authority will promptly implement any DOT certification appeal decisions affecting the eligibility of ACDBEs for DOT-assisted contracting (e.g., certify a firm if DOT has determined that the Aviation Authority s denial of its application was erroneous), but only as to contracts to be awarded after the DOT appeal decisions. GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 26 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy D. Recertification The Aviation Authority will review the eligibility of ACDBEs that were certified under 49 CFR Part 23 to make sure that they meet the standards of Subpart C of 49 CFR Part 23. The Aviation Authority will complete this review no later than three (3) years from the most recent certification date of each firm. E. No Change Affidavits and Notices of Change The Aviation Authority requires all ACDBEs to inform the Aviation Authority, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR Part 23 or of any material change in the information provided within an application for certification. The Aviation Authority also requires all owners of all ACDBEs that the Aviation Authority has certified to submit, on the anniversary date of their certification, a no change affidavit. The Aviation Authority shall notify all currently certified ACDBE firms of the obligation to submit such affidavit and notice of change. Notifications are submitted to the ACDBE every year. This notification informs the ACDBE that, to submit the no-change affidavit, the owners must swear or affirm that they meet all regulatory requirements of 49 CFR Part 23, including personal net worth. Likewise, if a firm s owner knows or should know that he or she or the firm fails to meet 49 CFR Part 23 Eligibility Requirement, the obligation to submit a notice of change applies. F. Personal Net Worth The Aviation Authority requires all disadvantaged business owners of applicants and of currently certified ACDBEs whose eligibility under 49 CFR Part 23 is reviewed, to submit a statement of personal net worth with the application for certification. 49 CFR 23.35 set the personal net worth cap for each disadvantaged owner of a firm applying to participate as an ACDBE. In determining net worth, the Aviation Authority will exclude an individual s ownership interest in the applicant firm and the individual s equity in his or her primary residence, with the exception of any portion of such equity that is attributable to excessive withdrawals from the applicant firm. A contingent liability will not reduce an individual s net worth. VI. DEVELOPMENT OF AN ACDBE DIRECTORY. ( 26.31) The Aviation Authority currently maintains an ACDBE directory. On an ongoing basis, based upon the new certification criteria, the Aviation Authority will continue to update and maintain a directory of ACDBEs. The directory lists the firm s name, address, telephone number, date of most recent certification and the type of work the firm has been GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 27 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy certified to perform as an ACDBE by using the most specific NAICS code available to describe each type of work. The Aviation Authority s directory is updated at least semiannually in accordance with the requirements contained in the Regulations. The directory is made available at the Office of Small Business Development of the Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, Florida 32827-4399, or by telephone at (407) 825-7133 and via the Aviation Authority s website at www.orlandoairports.net/airport-business. The Aviation Authority is a certifying member with the State of Florida Unified Certification Program (UCP). Access to information about currently certified ACDBE s under the Florida UCP can be obtained by visiting the website at https://fdotxwp02.dot.state.fl.us/equalopportunityofficebusinessdirectory. VII. BUSINESS DEVELOPMENT PROGRAMS. ( 26.35) In order to encourage the development of ACDBEs who are ready, willing and able to bid for and participate in Aviation Authority awarded contracts, both as part of and outside of the ACDBE program, the Aviation Authority may participate in the business development program of the Black Business Initiative Fund, the Hispanic Business Initiative Fund, and other such community organizations whose emphasis is on business development. Such business development programs will conform to the guidelines of 49 CFR Part 26 Appendix C. Persons interested in participating in the Business Development Program may contact the Aviation Authority s Office of Small Business Development at the Office of Small Business Development of the Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, Florida 32827-4399, or by telephone at (407) 825-7133. VIII. MONITORING, RECORDKEEPING AND ENFORCEMENT MECHANISMS. ( 26.37) A. Monitoring Payments to ACDBEs The Aviation Authority will require contractors to submit information certifying work performed by, and payment made to, ACDBE subcontractors on each contract. It is the concessionaire or other contractor s responsibility to maintain records and documents for three (3) years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the Aviation Authority or U.S. DOT. This reporting requirement is also extended to any certified ACDBE. The Aviation Authority retains the right to audit a contractor s books and records to determine the accuracy of the information reported. The Aviation Authority may perform interim audits of contract payments to ACDBE management firms or joint venture partners, general partners or subcontractors. The audit will review payments to ACDBE and gross receipts earned by or payments for goods and services and management GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 28 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy agreements to ACDBEs to ensure that the actual amount equals or exceeds the dollar amounts stated in the report of proposed ACDBE participation. In the event the Aviation Authority determines a contractor has failed to comply with the ACDBE participation submitted by contractor and accepted by the Aviation Authority, the Aviation Authority may require contractor to comply, default contractor pursuant to the Aviation Authority s contract provisions, or disqualify contractor from consideration for award of future Aviation Authority contracts. The Aviation Authority will also review the quarterly reports submitted by the concessionaires to ensure that the ACDBE participation levels remain in compliance with the contract requirements. This information will be used to provide the statistical data for the achievement reported as described below. If the Aviation Authority determines that the concessionaires are not complying with the contract requirements, the Aviation Authority will implement the contract remedies specified below. B. Monitoring Contracts and Work Sites The Aviation Authority will monitor contracts and work sites to ensure work committed to ACDBEs is actually performed by the ACDBE to which the work was committed. The Aviation Authority will provide written certification of review of contracting records and monitored work sites. Additionally, the Aviation Authority will implement and enforce all Compliance and Enforcement Procedures listed in Section III, subpart C of this policy. C. Compliance and Enforcement Any person who knows of a violation of the Regulations by the Aviation Authority may file a complaint under 14 CFR Part 16 with the Federal Aviation Administration Office of Chief Counsel. 1. Compliance Regulations The Aviation Authority will comply with and is subject to the provisions of 49 CFR Part 26 ( 26.101 and 26.105 through 26.107 and 2 CFR Parts 180 and 1200) and is subject to formal enforcement action under 26.105 or appropriate program sanctions, such as the suspension or termination of Federal funds, or refusal to approve projects, grants or contracts until deficiencies are remedied. Program sanctions may include actions consistent with 49 U.S.C. 47106(d), 47111(d), and 47122. 2. Compliance Reviews The FAA may review the Aviation Authority s compliance with Part 23 at any time, GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 29 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy including but not limited to, reviews of paperwork, on-site reviews, and review of the Aviation Authority s monitoring and enforcement mechanism, as appropriate. The FAA Office of Civil Rights may initiate a compliance review based on complaints received. 3. Enforcement Actions The following enforcement actions apply to firms participating in the Aviation Authority s ACDBE program: a. For a firm that does not meet the eligibility criteria of subpart C of Part 23 and that attempts to participate as an ACDBE on the basis of false, fraudulent, or deceitful statements or representations or under circumstances indicating a serious lack of business integrity or honesty, the Department of Transportation (DOT) or the Federal Aviation Administration (FAA) may initiate suspension or debarment proceedings against the firm under 2 CFR Parts 180 and 1200. b. For a firm that, in order to meet ACDBE goals or other DBE program requirements, uses or attempts to use, on the basis of false, fraudulent or deceitful statements or representations or under circumstances indicating a serious lack of business integrity or honesty, another firm that does not meet the eligibility criteria of subpart C of Part 23, DOT and FAA may initiate suspension or debarment proceedings against the firm under 2 CFR Parts 180 and 1200. c. In a suspension or debarment proceeding, the FAA may consider the fact that a purported ACDBE has been certified. However, such certification does not preclude DOT from determining that the purported ACDBE, or another firm that has used or attempted to use it to meet ACDBE goals, should be suspended or debarred. d. DOT may take enforcement action under 49 CFR Part 31, Program Fraud and Civil Remedies, against any participant in the ACDBE program whose conduct is subject to such action under 49 CFR Part 31. e. DOT may refer to the Department of Justice, for prosecution under 18 U.S.C. 1001 or other applicable provisions of law, any person who makes a false or fraudulent statement in connection with participation of ACDBE in the Aviation Authority s ACDBE program or otherwise violates applicable Federal statutes. D. Reporting to the U.S. DOT The Aviation Authority will continue to report ACDBE participation and overall goal setting methods to the FAA as directed. Statistical data will be maintained as prescribed on annual basis to provide reports to the FAA reflecting the ACDBE participation on the GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 30 of 32

Operational Procedure: Section 1200.05 Airport Concession Small Business Development Disadvantaged Business Enterprise (ACDBE) Policy Aviation Authority s concession related contracting. These reports will provide information on the Aviation Authority s achievements in attaining ACDBE participation through raceneutral and race-conscious methods. E. Contract Remedies The Aviation Authority will monitor compliance of its contractors on concession related contracts with the requirements of the Regulations and the Program. The Aviation Authority may impose such contract remedies as are available under the contract and under federal, state and local law and regulations for non-compliance. Such remedies may include, but are not limited to termination of the contract in whole or in part. F. Confidentiality The Aviation Authority will safeguard from disclosure to third parties, other than the DOT, personal financial information submitted in response to the personal net worth requirement without the written consent of the submitter. APPROVAL AND UPDATE HISTORY Last Approval Authority Board: Chief Executive Officer: GREATER ORLANDO AVIATION AUTHORITY January 17, 2018 POLICY AND PROCEDURE MANUAL Page 31 of 32

GREATER ORLANDO AVIATION AUTHORITY MEMORANDUM Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 TO: Members of the Aviation Authority FROM: Frank Kruppenbacher, Chairman DATE: January 17, 2018 ITEM DESCRIPTION Recommendation of the Finance Committee to Accept the Retirement Benefits Committee s (RBC) Ranking of Shortlisted Firms for Selection of an Investment Consultant BACKGROUND The Aviation Authority Board established the RBC to formalize the efforts of administering the retirement benefits for employees. On August 2, 2017, a notice for Request for Competitive Proposals (PS-536) was publicly advertised for an Investment Consultant that advises the (RBC) regarding investment activities for the Aviation Authority s Defined Benefits Retirement Plan (DB), Defined Contribution Plan (DC), Deferred Compensation Plan (457), and the Other Post-Employment Benefits (OPEB Trust), the Plans, and acts as Co-Fiduciary with regard to the Plans Management. The existing agreement expires on July 3, 2018. The scope of work includes but is not limited to: (1) investment management services; (2) oversight of administrative services, such as trustee and/or custodial services; (3) communication and education services; (4) regulatory services; 5) fiduciary services; and (5) request for proposal (RFP) services. The consulting agreement period will be for 5 years with the Aviation Authority having options to renew the agreement for 2 additional periods of 1 year each. The agreement between the successful proposer and the Aviation Authority will be non-exclusive. ISSUES On September 15, 2017, the following four firms (listed in alphabetical order) responded to the Aviation Authority s advertisement for competitive proposals for the above referenced services: AndCo Consulting, LLC Cafaro Greenleaf Dahab Associates, Inc. Fiduciary First, LLC On October 20, 2017, the RBC met to consider the responses and made the decision to: 1) deem the Proposal received from Cafaro Greenleaf as non-responsible for failure to provide required references for the lead consultant, and 2) shortlist the remaining three Firms to two (2) as listed below for further consideration: AndCo Consulting, LLC Dahab Associates, Inc. On November 15, 2017, the RBC conducted interviews with the two short-listed proposers. The evaluation criteria included: Experience and qualifications of proposed firm and account team Methodology and approach Transition plan Fees CONSENT AGENDA ITEM R

Following the interviews, the RBC discussed the evaluation criteria with respect to each of the firms and made the following recommendation of ranking to the Finance Committee for further approval by the Aviation Authority Board: First: Second: AndCo Consulting Founded in 2000, the firm is an independent investment consulting firm that advises over 640 institutional clients with approximately $73 billion in assets under advisement, including 380 public funds with $44 billion in assets. Their structure is independent so their consultants remain objective. Based in Orlando, their team consists of 84 professionals, which includes 38 consultants who average over 25 years of experience, 17 Charter Financial Analysts (CFAs) and 29 advanced degree holders. They are a fiduciary to clients without caveat or exception and they assert they will always act in the client s best interest. Jon Breth will serve as the Senior Consultant. He has over 17 years of experience in consulting to public and private retirement plans and has a substantial background in investment research. He holds a Bachelor Degree in Business Administration from Rhodes College and is a Certified Financial Planner (CFP). Their methodology and approach was detailed and included core beliefs that support delivery of objective and value added investment consulting services to their clients. AndCo, as the incumbent, has demonstrated good results for the Aviation Authority Retirement Plans and was instrumental in transitioning the Defined Contribution and Deferred Compensation Plans to a shared fund platform through Empower Retirement which has reduced participant fees. Five year fee is $412,500. Dahab Associates, Inc. Founded in 1986, the firm offers a broad range of services to public and private funds with offices in Bay Shore, NY, Hollywood, FL, Franklin MA, Austin, TX and Washington Crossing, PA. The firm has 25 employees and is employee owned. They have 81 clients, 55 of which are public funds including 18 located in Florida. Dahab s structure is independent so their advice is always in the best interest of the Plans. They provide a full complement of investment consulting services and research on an ongoing basis. David Lee, CFA and President, would serve as the Senior Consultant. David Lee has been with Dahab since 2002 and holds a Bachelor Degree in biochemistry from the State University of New York. Their methodology and approach was detailed and highlighted four strengths which they believe distinguishes their firm (Asset Allocation, View of Risk, Their Team and Independence). Dahab previously served as Investment Consultant to our Plans. They were instrumental in transitioning the Defined Benefit Plan from a retail focus, relying primarily on mutual funds to an institutional focus utilizing individual fund managers to reduce administrative costs and provide improved performance measurement. Five year fee is $370,000. ALTERNATIVES The Aviation Authority Board could (a) reject the recommendation of the Finance Committee; (b) schedule additional presentations and interviews; or (c) change the ranking of the proposers. FISCAL IMPACT Fee is an annual flat rate which will be allocated to each Plan. Fees for the DB Plan will be paid from DB Plan assets; fees for the DC Plan will be paid by the DC Plan participants; fees for the OPEB Trust will be paid from the OPEB Trust assets; and fees for the Deferred Compensation (457) Plan will be paid from the Authority s Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Finance Committee to: (1) deem Cafaro Greenleaf as nonresponsible; (2) approve the ranking of the proposers for investment consulting services as follows: First Andco Consulting and Second Dahab Associates, Inc.; (3) authorize staff to negotiate with the first ranked firm, and if not successful, with the next ranked firm until an agreement is reached; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the agreement following satisfactory review by legal counsel.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown Chief Executive Officer DATE: January 17, 2018 ITEM DESCRIPTION Evaluation and Recommendation for the Design of South Terminal-C Phase II BACKGROUND The Greater Orlando Aviation Authority s (Aviation Authority) most recent Airport Master Plan was approved in 2011. As part of the Master Plan, terminal capacities were set with the North Terminal accommodating approximately 40 million annual passengers with 93 gates and the South Terminal Phase I accommodating approximately 10 million annual passengers with 16 gates. Construction of the South Terminal-C Phase I (STC-1) is underway with an anticipated completion date in the first quarter of 2021. When completed STC-1 will provide a combination of 8 narrow body and 8 jumbo aircraft gates, accommodating approximately 10 million annual passengers, bringing the total capacity of the airport to approximately 50 million annual passengers. The twelve-month rolling passenger count ending November 2017 was 44,309,144 annual passengers with an overall annual growth rate of 6.04%. Domestic passenger traffic was 38,459,873 (+6.27%) and international passenger traffic was 5,849,271 (+4.53%). ISSUES Current traffic growth and airline passenger projections indicate that passenger traffic will reach 46 million by September 2018. The Airport Master Plan Forecast and the Federal Aviation Administration s Terminal Area Forecast have been exceeded. Annual passenger growth has averaged 3.6% since January 2012. Based on that average, annual passenger traffic could exceed the new terminal capacity (North Terminal plus STC-1) of 50 million annual passengers by the time the new STC-1 is opened. In addition to passenger growth, airline demand for gates is increasing and will exceed the new airport gate capacity of 109 gates. Aviation Authority staff and airport planning consultant Ricondo & Associates, Inc. have coordinated with the airlines to determine future gate demand. Based upon airline needs and passenger demand, the airport will require a total of 122 gates by 2023 for the airport to have adequate gate capacity. This means the airport will become capacity constrained shortly after opening STC-1. To avoid the potential for these capacity constraints, staff recommends that the Aviation Authority proceed with the design of a South Terminal-C Phase II (STC-2) in two steps; first, complete a conceptual design, a cost estimate and a plan of finance, and report back to the Aviation Authority Board; second, upon Board approval move forward with the design of STC-2. To accomplish this design process, it is further recommended that the Aviation Authority retain the services of SchenkelSchultz Architecture and Fentress Architects to guide the design process for continuity and develop the conceptual design for STC-2. Notice to proceed (NTP) for these services would be issued following Board approval of this recommendation and negotiation of NEW BUSINESS ITEM A -

mutually agreed upon fees. It is also recommended that the Aviation Authority procure an architect of record and major design disciplines to perform the design; procure construction manager at risk services for the pre-construction and construction services to provide estimating, management and construction services for STC-2. Those services would be procured subject to issuance of a NTP for the final design and construction of STC-2 on a date yet to be determined. ALTERNATIVES The Aviation Authority may elect to defer the conceptual design and estimate for the construction of STC-2 and redirect staff. FISCAL IMPACT The fiscal impact for the concept design and cost estimate of STC-2 is estimated to be $3.5 million dollars as an unbudgeted expense for Fiscal Year 2017-2018. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to authorize the Chief Executive Officer to: (1) proceed with the design of a South Terminal-C Phase II (STC-2)as follows: retain the services of SchenkelShultz Architecture and Fentress Architects to complete a conceptual design from which staff and consultants will develop a cost estimate and a plan of finance. These will be presented to the Aviation Authority Board for approval; (2) upon Board approval of the conceptual design procure an architect of record and major design disciplines to prepare the design concept and, after the design concept is approved by the Board, perform the detailed design; (3) procure construction manager at risk services for preconstruction and construction services to provide estimating, management and construction services for STC-2; (4) authorize funding in the amount of $3.5 million dollars, as an unbudgeted expense for Fiscal Year 2017-2018, to perform the conceptual design and estimating phase; and (5) request Orlando City Council approval of the unbudgeted expenditure.

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: January 17, 2018 ITEM DESCRIPTION Notification of the Construction Committee Recommendation to Approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with Page One Consultants, Inc. for Construction Phase Owner s Authorized Representative (OAR) Quality Assurance (QA)/Quality Control (QC) Review, Project Controls and Inspection Support Services for WS00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport BACKGROUND Although this was considered and approved by the Aviation Authority Board on December 20, 2017, as Consent Agenda Item H, for the total not-to-exceed amount of $783,552, a correction to the total not-to-exceed fee amount was recommended by the Construction Committee on November 21, 2017, for $775,848. Notification to the Aviation Authority Board of this corrected amount is being made. RECOMMENDED ACTION This is for information only. No action is required. INFORMATION ITEM A

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: January 17, 2018 ITEM DESCRIPTION Notification of Chief Executive Officer Approvals for January Board Meeting BACKGROUND The attached list represents contracts executed by the Chief Executive Officer requiring notification to the Aviation Authority Board. Professional Services Award to Randy Means Consulting, LLC in the amount of $24,600 for fraud prevention and intervention and Whistle Blower Reporting Line services. Professional Services Award to Kristine Dobson in the amount of $7,800 to perform duties for the Marketing department including processing Air Service Incentive Program (ASIP) applications and marketing reimbursement requests; coordinating with creative agency and publications regarding planned MCO advertising, executing other advertising/marketing opportunities as required and updating the marketing plan. INFORMATION ITEM B

PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - JANUARY 2018 Action Competition Vendor Committee Approval Cost Funding Description of Goods or Service Term Date Signed Award GSA Contract # GS-07F-154DA, Schedule 084 Rapidscan System Inc. CPC 11/27/17 $ 157,240.50 Capital Expenditure Fund Purchase of (7) Seven X-Ray Screening Systems and (7) Seven Walk-Through Metal Detectors One Time Purchase 12/8/2017 Award Emergency Purchase John Bean Technologies Corp. d/b/a JBT Aero Tech N/A $ 73,552.00 Capital Expenditure Fund Purchase of (1) One Air Handler for Gate 123 One Time Purchase 12/7/2017 Award GSA Contract # 81141902-18-ACS Gartner, Inc. CPC 11/27/17 $ 149,760.00 O & M Fund Purchase of "Gartner for IT Executives" and "Gartner for Technical Professionals: "Advisor Services" 12 Month Term 12/8/2017 Amendment No. 4 Contract Adjustment GOAA Bid 15-13 Rentokil North America Inc. PM Memo 08/18/17 $ 64,413.72 O & M Fund Interior Plant Maintenance at Terminal and Airsides - Add Services to New South Terminal Complex and Airsides Remainder of Term 9/18/17-9/17/18 9/19/2017 Amendment No. 1 Contract Adjustment GOAA Bid 13-15A Karen Dunn, CPA N/A $ 37,600.00 O & M Fund Supplemental Auditing & Attestation Services - Add one-time job to contract for Commercial Properties having Contractor abstract, verify and record portfolio of commercial use, lease agreements, and operating permits between physical files and data entered into PROPworks system Remainder of Term 11/01/17-09/30/18 12/1/2017 Amendment No. 8 Contract Adjustment GOAA Bid 13-14 Schindler Elevator Corporation PM Memo 10/18/17 NA N/A Elevators, Escalators & Moving Sidewalks Maintenance & Repair Services - Adjust Fire Alarm and/or Smoke Door Test from March - 3rd shift to first Sunday in December at 12:00 a.m. Remainder of Term 12/03/17-05/31/2018 11/21/2017 Amendment No. 3 Increase in Value GOAA Bid 01-14 Pressure Cleaning Services, Inc. d/b/a WaterBlasting.com ("WaterBlasting") PM Memo 08/21/17 $ 50,000.00 O & M Fund Runway Rubber Removal and Ramp Scrubbing Services - Provide high pressure water removal of rubber and paint Remainder of Term 8/30/17-10/31/17 10/10/2017 1 of 1

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4392 MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: January 17, 2018 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. INFORMATION ITEM C

NOTIFICATION OF RELEASE OF RFP/IFB/RFQ and Committee Dates for January 2018 TYPE OF RELEASE SERVICE/TYPE RELEASE DATE IFB Holiday Decoration Services Jan. 2018 IFB IFB Upholstery Services- Passenger Style Seating Landscape & Irrigation Maintenance of Parking Lots (LDB Direct) Jan. 2018 Feb. 2018 IFB Interior Plant Maintenance Feb. 2018 COMMITTEE AND DATE CPC Mar. 2018 CPC Mar. 2018 CPC Apr. 2018 CPC Apr. 2018 AWARD DATE April 2018 April 2018 May 2018 May 2018 SCOPE/SERVICE VALUE/TERM REASON Holiday decoration services. $450,000.00 3 years with 2 one year options Upholstery services for Passenger Style Seating Landscape & Irrigation Maintenance of Parking Lots (LDB Direct) $310,000.00 3 years with 2 one year options $960,000.00 3 yea4rs with 2 one year options Interior plant maintenance $1,170,000 3 years with 2 one year options Current Contract Expiring Current Contract Expiring Current Contract Expiring Current Contract Expiring Single Source 2 Gillig Buses TBD Single Source Purchase of two Gillig Buses $900,000 One time purchase

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Kathleen Sharman, Chief Financial Officer DATE: January 17, 2018 ITEM DESCRIPTION Notification of Operation and Maintenance Fund Budget Transfers in Excess of $250,000 Approved by the Chief Financial Officer between June 21, 2017, and September 30, 2017 BACKGROUND On June 21, 2017, the Aviation Authority Board delegated approval of Operation and Maintenance Fund budget transfers for the remainder of fiscal year 2017 exceeding $250,000 to the Chief Financial Officer with a request from the Chair for notification of these items at the end of the fiscal year. ISSUES The following budget transfers were made between June 21, 2017, and September 30, 2017: Airline Division 1,600,000 U.S. Customs and Border Protection Section 559 Reimbursable Services Agreement Increase Airline Division Finance RECOMMENDED ACTION This is for information only. No action is required. 410,000 Remote Airline Check-in 500,000 OPEB Change in Annual Required Contribution INFORMATION ITEM D -

GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida 32827-4399 MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: January 17, 2018 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 Terminal C, Phase 1, Program, at the Orlando International Airport BACKGROUND In accordance with the Construction Manager at Risk (CM@R) Agreements for the South Terminal C, Phase 1, Program, and the Aviation Authority s Policies and Procedures 120.10 (Professional Services Committee) and 130.03 (Construction Management Contracts), the CM@Rs proposed lists of prequalified subcontractors/suppliers for each major trade package must be approved by the Professional Services Committee. Attached is the updated cumulative report for CM@Rs pre-qualified subcontractors/ suppliers approved by the Professional Services Committee through January 2, 2018. INFORMATION ITEM E

CONSTRUCTION PROGRESS REPORT For Board Meeting of January 17, 2018 ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

MCO LOCATION MAP FOR ACTIVE CONSTRUCTION PROJECTS BP-00443-MCO AIRSIDE 4 IMPROVEMENTS PROGRAM - FIS/CBP RENOVATION AND WING EXPANSION BP-00444-MCO RECAPITALIZATION OF PODS A & B BP-00445-MCO WEST END BHS MODIFICATIONS AND REPLACEMENT, A & B SIDES BP-00447-MCO TICKET LOBBY PROGRAM - MAIN TICKET LOBBY MODIFICATIONS BP-00452-MCO HANGAR BLVD. SANITARY SEWER IMPROVEMENTS - PHASES 1 AND 2 BP-00455-MCO TAXIWAY C - SOUTH END REHABILITATION BP-00459-MCO SECURED AREA ACCESS POINT CCTV IMPROVEMENTS BP-00466-MCO LANDSIDE AHU HVAC NTC VARIOUS LEVELS BP-00467-MCO TAXIWAY J REHABILITATION AND RELATED WORK BP-00469-MCO LOOP ROAD RESURFACING AND RELATED WORK BP-S00100-MCO APM OPERATING SYSTEM (OS) FOR AIRSIDES 1 & 3 & SOUTH AIRPORT APM COMPLEX BP-S00106-MCO SOUTH AIRPORT APM COMPLEX - ROADS AND BRIDGES (GMP#4) BP-S00114-MCO SOUTH AIRPORT APM COMPLEX - LANDSCAPE (GMP#8) BP-S00125-MCO SOUTH AIRPORT APM COMPLEX - ROADWAY SIGNAGE (GMP 4A) S TERM C, PH 1 - MASS CLEARING, GRUBBING AND EXPANSION OF LAKE GILLOOLY BP-S00127-MCO (GMP#2-S) BP-S00129-MCO S TERM C, PH 1 TURNER-KIEWIT GENERAL CONDITIONS (GMP#4-S) BP-S00130-MCO S TERM C, PH 1 LANDSIDE CLEAR/GRUB/EARTHWORK/GRADING (GMP#5-S) BP-S00134-MCO BP-S00150-MCO BP-S00159-MCO E-00188-MCO E-00227-MCO E-00240-MCO G-00030-MCO H-00294-MCO L-00024-MCO L-00025-MCO L-00026-MCO S TERM C, PH 1 TURNER-KIEWIT GENERAL CONDITIONS FY2018 PART 1 (GMP#4-S.1) S TERM C, PH 1 PARKING FACILITY PHASE 1 (GMP#9-S) S TERM C, PH 1 HP GENERAL CONDITIONS FY2018 PART 1 (GMP#16-S) REPLACE SWITCHBOARD NMSB2 IN WEST MAIN ELECTRICAL ROOM NO. NTLSZCWW014901 ADDITIONAL WORK TO CLOSE-OUT BHS POD D ELECTRICAL PERMIT (D/B) EAST APM STATION GLAZING SCREEN BAG CLAIM CUSTOMER SERVICE SIGNS S CELL LOT ACCESS RD IMPRV FOR S PARK PL & TRAVEL PLAZA SOUTH TRADEPORT DR. FIBER INSTALLATION ON-CALL LOW VOLTAGE SERVICES (FY18-ORION) ON-CALL LOW VOLTAGE SERVICES (FY18-QCC) BP-00444/BP-00445/BP-00447/BP-00459/BP-00466/BP-00467/BP-00469/ E-00188/ E-00240/E-00227/E-00228/R-00088/V-00745/ V-00337/ V-00745/ V-00843/V-00846/V-00847/V-00858/V-00859/V-00862/V00866 V-00861/ V-00833 BP-S00100 V-00833 BP-00455 V-00765 V-00765 R-00089/ V-00853 BP-00462 BP-452 E-00232/V-00833/ V-00838/ V-00844/V-00860 BP-00443/V-00851/ V-00854 L-00027-MCO ON-CALL LOW VOLTAGE SERVICES (FY18-OBTS) L-00028-MCO ON-CALL LOW VOLTAGE SERVICES (FY18-GLOBAL ONE) L-00029-MCO R-00088-MCO V-00745-MCO NORTH LOOP FIBER INSTALLATION EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE REHABILITATION OF STRUCTURAL STEEL ENPLANE ROADWAY CANOPIES, LEVEL 3, LANDSIDE B H-00294 V-00815-MCO ADDITIONAL PARCS MISC CONCURRENT VERTICAL REQUIREMENTS V-00833-MCO AIRSIDES 1, 2, & 3 HUB NURSING ROOMS (D/B) V-00837-MCO LANDSIDE LEVEL 3 NURSING ROOMS (DESIGN/BUILD) V-00843-MCO TEMPORARY AIRLINE KIOSK RELOCATIONS V-00846-MCO V-00847-MCO V-00851-MCO V-00858-MCO V-00859-MCO V-00861-MCO V-00862-MCO V-00866-MCO SPECIALTY FLOORING AT LEVEL 3 (A SIDE EAST END) A3-A4 SPECIALTY FLOORING AT LEVEL 3 (B SIDE WEST END) B1-B2 AIRSIDE 4 CENTRAL CHILLER PLANT MISC. ITEMS ADDITIONAL EXTERIOR FABRIC CANOPIES ADDITIONAL TENANT RELOCATIONS AIRSIDE 1 FIS TILE INSTALL AND RESTROOM REPAIR PRE-SECURITY CHECKPOINT MOBILE SINK STATIONS LANDSIDE LEVEL 1, A & B CANOPY STRUCTURE L-00024, L-00025, L- 00026, L-00027, L- 00028, L-00029, and V-00815 are located at various locations. BP-S00100/BP-S00106/BP-S00114/ BP-S00125/BP-S00127/BP-S00129/ BP-S00130/BP-S00134/BP-S00150

ORL LOCATION MAP FOR ACTIVE CONSTRUCTION PROJECTS There are currently no active construction projects at ORL.