GREATER ORLANDO AVIATION AUTHORITY DATE: OCTOBER 10, 2018 DAY: WEDNESDAY TIME: 2:00 P.M.

Size: px
Start display at page:

Download "GREATER ORLANDO AVIATION AUTHORITY DATE: OCTOBER 10, 2018 DAY: WEDNESDAY TIME: 2:00 P.M."

Transcription

1 GREATER ORLANDO AVIATION AUTHORITY DATE: OCTOBER 10, 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) I. CALL TO ORDER. II. ROLL CALL. III. PLEDGE OF ALLEGIANCE IV. CONSIDERATION OF AVIATION AUTHORITY MINUTES FOR SEPTEMBER 19, 2018 V. PRESENTATION A. Report on Living Wages at OIA B. Sustainability C. Concessions Plan for the South Terminal Complex, Phase 1 Program VI. CONSENT AGENDA: (These items are considered routine and will be acted upon by the Authority in one motion. If discussion is requested on an item, it will be considered separately.) Items in bold indicate an amount of $1 million or greater. A. Recommendation to Accept Committee Minutes B. Recommendation to Adopt 2019 Aviation Authority Board Calendar C. 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. S00168, South Terminal C, Phase 1, Airside Terminal Interiors/Specialties (GMP No. 6- S.4) at the Orlando International Airport D. 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 Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00173, South Terminal C, Phase 1 Landside Terminal Mechanical/Electrical/Plumbing (MEP) Systems - FDOT (GMP No. 7-S.3) at the Orlando International Airport E. Recommendation of the Construction Committee to Approve Addenda to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Construction Administration Services for W- S00110, South Terminal C, Phase 1, and Phase 1 Expansion, 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.

2 GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 10, 2018, MEETING PAGE 2 VI. CONSENT AGENDA (con't): F. Recommendation of the Construction Committee to Approve Addenda to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for Cobus Airside Concourse Operations for W- S00110, South Terminal C, Phase 1, at the Orlando International Airport G. Recommendation of the Construction Committee to Approve Addenda to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for the Wiley Road Intersection Realignment and Improvement for W-S00110, South Terminal C, Phase 1, at the Orlando International Airport H. 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 Consulting and Special Systems Integration Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport I. 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, LLC for Construction Phase Owner s Authorized Representative (OAR) Support Services related to Project Management, Safety, Project Controls, Inspection and Project Coordination Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport J. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 4 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Kraus- Manning, Inc. dba KMI International for Additional Construction Phase Owner s Authorized Representative (OAR) Construction Management Support Services and Conceptual Estimating for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport K. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 3 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program with Page One Consultants, Inc. for Construction Phase Owner s Authorized Representative (OAR) Quality Assurance (QA) Review for Pile Driving Inspection, Pile Driver Analyzer (PDA) Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport L. Recommendation of the Construction Committee to Rescind the Prior Approval and Approve the Purchase of McGraw-Edison Cooper TopTier Light Fixtures for Project E-00162, Parking Garage A Light Fixture Replacement at the Orlando International Airport from Gexpro M. Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Carr & Collier, Inc. for Project H-S00013, HBJ Building Fire Water Line Tie-In, at the Orlando International Airport N. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 220 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Additional Construction Phase Owner s Authorized Representative (OAR) Services for Project Bid Package (BP) No , Airside 4 Improvements Program - Federal Inspection Station (FIS)/U.S. Customs and Border Protection (CBP) Renovation and Wing Expansion at the Orlando International Airport O. Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 16 to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for Additional Fiscal Year (FY) 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration P. Recommendation of the Construction Committee to Approve Change Orders to Various Contracts Q. Recommendation of the Construction Committee to Approve an Addendum to the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement with Lea & Elliott, Inc. to Exercise the Second One-Year Renewal Option R. Recommendation of the Professional Services Committee to Approve an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for Fiscal Year (FY) 2019 Information Systems Staff Augmentation for Senior Applications Programmer/Analyst related to CCTV/Access Control Systems, at the Orlando International Airport

3 GREATER ORLANDO AVIATION AUTHORITY AGENDA FOR ITS OCTOBER 10, 2018, MEETING PAGE 3 VI. CONSENT AGENDA (con't): S. Recommendation to update the Aviation Authority s Construction Management Participation Goals with the Construction Managers at Risk including Turner-Kiewit Joint Venture and Hensel Phelps Construction for the South Terminal Complex (STC) T. Recommendation of the Concessions/Procurement Committee to Approve the Ranking of Proposals and Award of the STC Food and Beverage Package 2 Concession at Orlando International Airport to DN MCO STC F&B, LLC U. Recommendation to Approve an Adjustment to the Air Service Incentive Program (ASIP) V. Recommendation of the Concessions/Procurement Committee to Approve the First Renewal Option and Approve a Third Amendment to Purchasing Contract 01-16, Federal Inspection Stations Customer Service and Support Staff Services, with Baggage Airline Guest Services, Inc. W. Recommendation to Approve the Third Amendment to the Real Estate Purchase, Land Development and Management Agreement (the Agreement ) by and between the Aviation Authority, City Of Orlando (the City ) and Tavistock Development Company (Tavistock) Related to the Poitras Property X. 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 Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00147, South Terminal C, Phase 1 Landside Terminal, Remaining Structure and Systems (GMP No. 7-S.1) at the Orlando International Airport Y. Approval of the Encroachment Agreement by and between the Aviation Authority, the City of Orlando and Florida Gas Transmission Company, LLC Z. Recommendation to Change Name of AirTran Blvd and Northern Portion of Lindy Circle to Low Fare Lane AA. Recommendation to Approve Amendment to the Purchasing Agreement PS-443 Hotel Asset Management Services with Pinnacle Advisory Group, Inc. VII. NEW BUSINESS A. Recommendation to Approve a Non-Binding Comprehensive Partnership: Letter of Intent with Orlando Utilities Company (OUC) VIII. CHAIRMAN S REPORT A. Business Items 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 Chief Executive Officer Approvals for October Board Meeting B. Notification of Release of RFP/RFB/RFQ s C. Notification of Construction Committee s Recommendations to the Chief Executive Officer for Approvals in connection with the West Security Screening Check Point (SSCP) Expansion Program, at the Orlando International Airport, for October 2018 Board Meeting D. 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 E. Construction Progress Report

4 DRAFT COPY On WEDNESDAY, SEPTEMBER 19, 2018, the GREATER ORLANDO AVIATION AUTHORITY met in regular session in the Carl T. Langford Board Room of the Aviation Authority offices in the main terminal building at the Orlando International Airport (OIA), One Jeff Fuqua Boulevard, Orlando, Florida. Chairman Frank Kruppenbacher called the meeting to order at 2:03 p.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. [Live Streaming from Orlando, FL] Authority members present, Frank Kruppenbacher, Chairman Domingo Sanchez, Vice Chairman Mayor Buddy Dyer Mayor Teresa Jacobs Ed Fouche Maggie Montalvo Also present, Phillip N. Brown, Chief Executive Officer and Secretary Dayci S. Burnette-Snyder, Director of Board Services and Assistant Secretary Larissa Bou, Executive Assistant Marcos Marchena, General Counsel Yovannie Rodriguez, Deputy General Counsel 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) Chairman Kruppenbacher congratulated Mayor Jacobs on winning the election as Chairman of the Orange County School Board. MINUTES 1. Upon motion by Mayor Jacobs, second by Vice Chairman Sanchez, vote carried to accept the August 15, 2018, minutes as written. TWENTY-YEAR SERVICE AWARD TO RICHARD SCHULZ 2. Mr. Tom Draper, along with Mr. Brown and the Board recognized Mr. Schulz for his 20 years of service to the Aviation Authority. RECOGNITION OF GENERAL BAPTISTE FOR JOE KITTINGER AWARD 3. Mr. Brown stated that traditionally, the Colonel Joe Kittinger Award is presented at the Liberty Weekend celebration. However, due to a last minute commitment, this year s recipient, General Tom Baptiste was unable to attend. So

5 PAGE 2 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY today we would like to formally recognize General Baptiste in a public forum by inviting him to accept his award at this meeting. Mr. Brown then highlighted the General s history of service to his country and his exemplary community involvement. A brief video that was shown at Liberty Weekend was then played for the audience. Mr. Brown stated that General Baptiste is currently the President/CEO of the National Center for Simulation here in Orlando. General Baptiste graciously accepted the 2018 Colonel Joe Kittinger Award. very humbled to follow the past recipients. He was CONSENT AGENDA 4. Upon motion by Mayor Jacobs, second by Vice Chairman Sanchez, vote carried to adopt a resolution as follows: It is hereby resolved by the Greater Orlando Aviation that the following Consent Agenda items are approved, accepted, and adopted and execution of all necessary documents is authorized by the Aviation Authority's Officers or Chief Executive Officer: A. accept for filing the following minutes August 1, 2018, Capital Management Committee; August 6 and August 20, 2018, Concessions/Procurement Committee; June 19, June 26, July 3, July 17, July 24, July 31, 2018, Construction Committee; July 24, 2018, Design Review Committee; December 10 and December 17, 2015, Professional Services Committee; March 1, May 9, May 16, May 31, 2017, Professional Services Committee; June 7, July 3, July 5, July 17, July 19, July 24, July 31, August 7, 2018 Professional Services Committee; B. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for Project BP No. S00136, South Terminal C, Phase 1 Turner-Kiewit General Conditions, FY 2019 (GMP No. 4-S.3), for a total negotiated GMP amount (Lump Sum) of $37,457,840, which includes $31,694,345 for CM@R Staff and Benefits, and General Requirements (Lump Sum), and $5,763,495 for MWBE/LDB Partners and Consultants (Lump Sum), with funding from Customer Facility Charges, General Airport Revenue Bonds, South Terminal C Phase 1 Passenger Facility Charges, South Terminal C Phase 1 Expansion Passenger Facility Charges, and South Terminal C Phase 1 Expansion General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; C. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for Project BP No. S00151, South Terminal C, Phase 1, Parking Facility Phase 2 (GMP No. 9-S.1), for a total negotiated GMP amount of $12,852,377, which includes $6,647,105 for Direct Cost of Work, $4,746,098 for Unbought Scope, $569,660 for CM@R Contingency, $284,830 for Owner Contingency, $85,340 for P&P Bonds (0.664%), and a maximum fee amount of $519,344 (4.211%), with funding from General Airport Revenue Bonds and Customer Facility Charges and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ];

6 PAGE 3 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY D. accept the recommendation of the Construction Committee to: (1) 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. S00162, South Terminal C, Phase 1 Hensel Phelps General Conditions FY 2019 (GMP No. 16-S.3) at the Orlando International Airport, for a total negotiated GMP amount (Lump Sum) of $31,390,790, which includes $24,624,201 for CM@R Staff/Benefits and General Requirements (Lump Sum), and $6,766,589 for MWBE/LDB Partners and Consultants (Lump Sum), with funding from Passenger Facility Charges No. 18, future Passenger Facility Charges No. 20, Customer Facility Charges, South Terminal C Phase 1 General Airport Revenue Bonds, future South Terminal C Phase 1 Expansion General Airport Revenue Bonds, and General Airport Revenue Bonds-Fuel and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; E. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Prime Architectural Design Consultant for the South Terminal C, Phase 1 Professional Services Agreement with Fentress Architects, Ltd., Inc., for FY 2019 Design Review Consulting and Construction Administration Services for W-S00109, South Terminal C, Phase 1 Prime Architectural Design Consultant, at the Orlando International Airport, for a total lump sum fee amount of $1,309,628, with funding from Aviation Authority Funds, South Terminal C Phase 1 Passenger Facility Charges, South Terminal C Phase 1 Expansion Passenger Facility Charges, South Terminal C Phase 1 General Airport Revenue Bonds, South Terminal C Phase 1 Expansion General Airport Revenue Bonds, and General Airport Revenue Bonds-Fuel and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; F. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Cost Management, Inc. dba CMI for Change Management OAR Support Services for W-S00111, South Terminal C, Phase 1, Program, at the Orlando International Airport, for a total amount of $3,923,652, which includes a not-toexceed fee amount of $3,893,652 and a not-to-exceed reimbursable expenses amount of $30,000, with funding from Passenger Facility Charges, General Airport Revenue Bonds and Customer Facility Charges and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; G. accept the recommendation of the Construction Committee to: (1) 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 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 amount of $3,510,584, which includes a not-to-exceed fee amount of $3,401,020 and a not-toexceed reimbursable expense amount of $109,564, with funding from Passenger Facility Charges, General Airport Revenue Bonds and Customer Facility Charges and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; H. accept the recommendation of the Construction Committee to: (1)_ approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Geotech Consultants International, Inc. dba GCI,

7 PAGE 4 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY Inc. for Construction Management OAR Support Services for W-S00111, South Terminal C, Phase 1, Program, at the Orlando International Airport, for a total amount of $19,872,822, which includes a not-to-exceed fee amount of $19,651,134 and a not-toexceed reimbursable expenses amount of $221,688, with funding from Passenger Facility Charges and General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; I. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1, with Page One Consultants, Inc. for Design Phase OAR Quality Assurance (QA) Review for Various Inspections and Testing Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, for a total amount of $409,630, which includes a not-to-exceed fee amount of $41,184 and a not-to-exceed reimbursable expenses amount of $368,446, with funding from South Terminal C, Phase 1 Expansion Future General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; J. accept the recommendation of the Construction Committee to: (1) 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 Staff Services, for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, for the total not-to-exceed fee amount of $2,234,448, with funding from General Airport Revenue Bonds, Passenger Facility Charges 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. [FILED DOCUMENTARY NO ]; K. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Technology and Multi-Media Systems Specialty Engineer for the South Terminal C, Phase 1 Professional Services Agreement with Burns Engineering, Inc. for Construction Administration Services for W-S00113, South Terminal C, Phase 1 - Technology and Multi-Media Systems, at the Orlando International Airport, for a total lump sum fee amount of $1,587,642, with funding from Aviation Authority Funds and the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; L. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with WSP USA, Inc. for FY 2019 Project Oversight/Inspection Staff Extension Support Services related to Tenant/Concessions Projects, for a total not-toexceed fee amount of $537,312, with funding from Operation and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; M. accept the recommendation of the Construction Committee to: (1) approve an Amendment to Addendum No. 5 to the Professional Services Agreement for Specialty APM and Passenger Rail Systems with Lea & Elliott, Inc. for Additional Design and Construction Phase DCC services for BP No. S-00100, APM Operating System for Airsides 1 and 3, and the South Airport APM Complex (DBOM) at the Orlando International Airport, for the not-to-exceed fee amount of $499,372, with funding from Passenger 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. [FILED DOCUMENTARY NO ];

8 PAGE 5 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY N. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Program Controls Services for W-S00120, South Terminal C, Phase 1, Program - Financial Oversight Services for a total amount of $5,904,992, which includes a not-to-exceed fee amount of $5,884,992 and a not-toexceed reimbursable expense amount of $20,000, with funding from General Airport Revenue Bonds, Customer Facility Charges and Passenger Facility Charges and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; O. accept the recommendation of the Construction Committee for the Single Source Procurement of ten Office Trailers from Modular Building Systems International for W-S00132, South Terminal C, Phase 1 Expansion, Program, at the Orlando International Airport, for the total not-to-exceed amount of $4,150,900, with funding from future South Terminal C Phase 1 Expansion Future 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; P. accept the recommendation of the Construction Committee to: (1) approve a Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Prime Construction Group, Inc. for Project H-S00017, South Terminal C Trailer Relocation - Early Clear and Grub, at the Orlando International Airport, for the total direct-negotiated amount of $636,855, with funding from General Airport Revenue Bonds AMT and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; Q. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Runway Incursion Mitigation (RIM) and Related Improvements Agreement with C&S Engineers, Inc. for Design Phase A/E Services for BP No , ORL Runway Incursion Mitigation (RIM) and Related Improvements, at the Orlando Executive Airport, for a total amount of $499,777, which includes a lump sum fee amount of $445,011, a not-to-exceed fee amount of $34,851, and a not-to-exceed reimbursable expenses amount of $19,915, with funding from FAA and FDOT Grants to the extent eligible, and previously-approved ORL Revenue Funds; (2) request Orlando City Council concurrence, as required because of FAA funding; and, (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; R. accept the recommendation of the Construction Committee to: (1) award BP No , Runway 17R-35L Rehabilitation and Related Work, at the Orlando International Airport, to The Middlesex Corporation, for a total bid amount of $20,045, (base bid only), with funding from FAA and FDOT Grants to the extent eligible, and Capital Expenditure Fund (Orlando City Council concurred to accept the grant and related contracts on September 4, 2018) and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; S. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Professional Services Agreement with AECOM Technical Services, Inc. for Construction Administration Services for BP No , Runway 17R-35L Rehabilitation and Related Work, at the Orlando International Airport, for a total amount of $322,761, which includes a not-to-exceed fee amount of $322,021, and a notto-exceed reimbursable expenses amount of $740, with funding from FAA and FDOT Grants to the extent eligible, and Capital Expenditure Fund (Orlando City Council concurred to accept the grant and related contracts on September 4, 2018) and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ];

9 PAGE 6 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY T. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with WSP USA, Inc. for Construction Phase OAR Services for BP No , Runway 17R-35L Rehabilitation and Related Work, at the Orlando International Airport, for a total amount of $1,046,075.06, which includes a not-to-exceed fee amount of $880,469 and a not-to-exceed reimbursable expenses amount of $165,606.06, with funding from FAA and FDOT Grants to the extent eligible, and Capital Expenditure Fund (Orlando City Council concurred to accept the grant and related contracts on September 4, 2018) and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; U. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Runway 18L-36R Rehabilitation and Related Work Agreement with Avcon, Inc. for Design Phase A/E Services for BP No , Runway 18L-36R Rehabilitation and Related Work, at the Orlando International Airport, for a total amount of $1,299,410, which includes a lump sum fee amount of $919,908, and a not-toexceed reimbursable expenses amount of $80,080 for the Base Bid Scope of Services, and a lump sum fee amount of $286,939 and a not-to-exceed reimbursable expenses amount of $12,483 for the Add Alternate Scope of Services, with funding from FAA and FDOT Grants to the extent eligible, Capital Expenditure Fund, and future Passenger Facility Charges (Orlando City Council concurred to accept the grant and related contracts on September 4, 2018) and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; V. accept the recommendation of the Construction Committee to (1) approve Change Order No. BP in the amount of $68, and no time extension, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (2) approve Change Order No. BP in the amount of $46, and no time extension, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (3) approve Change Order No. BP in the amount of 104, and no time extension, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (4) approve Change Order No. BP-S in the amount of $522, and no time extension, with funding as outlined in Attachment A; (5) approve Change Order No. R in the amount of $171, and a 75 calendar day time extension to Substantial Completion, with funding as outlined in Attachment A; and, (6) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the change order(s) following satisfactory review by legal counsel. W. approve the recommendation to adopt a Resolution accepting Supplemental No. 4 to Joint Participation Agreement FM No and authorize the Chief Executive Officer and the Assistant Secretary to execute the necessary documents. [FILED DOCUMENTARY NO ]; X. approve the recommendation to: (1) adopt a Resolution accepting PTGA FM No in the amount of $26,639; (2) adopt a Resolution accepting PTGA FM No in the amount of $130,361; (3) adopt a Resolution accepting Supplemental No. 1 to PTGA FM No in the amount of $2,677,207; and, (4) authorize the Chief Executive Officer and the Assistant Secretary to execute the necessary documents. [FILED DOCUMENTARY NO ]; Y. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with AECOM Technical Services, Inc. for FY 2019 Staff Extension Support Services for the Project Controls Department, in the total not-to-exceed fee amount of $280,000, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary

10 PAGE 7 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; Z. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with AECOM Technical Services, Inc. for FY 2019 Senior Project Management/Oversight Support Services related to Tenant/Concessions Projects, for a total not-to-exceed fee amount of $1,855,232, with funding from Operation and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; AA. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for FY 2019 Small Construction Projects and Staff Extension Support Services to the Construction Department, for a total not-to-exceed fee amount of $608,730, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; BB. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for FY 2019 Airport Safety Compliance Management Support Services, for a total not-to-exceed fee amount of $818,103, which includes a not-to-exceed fee amount of $817,853 and a not-toexceed reimbursable expense amount of $250, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; CC. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Services (OAR Prime Entity) Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for FY 2019 Planning, Engineering and Construction Department Staff Extension Support Services Related to Scheduling and APM/Electrical Support, for a total not-to-exceed fee amount of $300,240, with funding from Passenger Facilities Charges to the extent eligible, General Airport Revenue Bonds, FDOT Grants to the extent eligible, Customer Facility Charges, Capital Expenditure Fund, and Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; DD. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Transportation Planning Services Agreement with HNTB Corporation, for FY 2019 Transportation Planning and Related Tasks, for a total not-toexceed fee amount of $390,144, with funding from Operation and Maintenance Fund and (2) _authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; EE. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Computer Aided Drafting (CAD), Geographic Information System (GIS), and Building Information Modeling (BIM) Related Services Agreement with Montgomery Consulting Group, Inc. for FY 2019 CAD, GIS, BIM, and Related Services for a total not-to-exceed fee amount of $402,935, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; FF. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Environmental Agreement with MSE Group, LLC for FY 2019 Water Quality Monitoring Services at the Orlando International Airport, for a total

11 PAGE 8 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY not-to-exceed fee amount of $332,237, which includes a not-to-exceed fee amount of $156,676 and a not-to-exceed reimbursable expense amount of $175,561, with funding from Operation and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; GG. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for FY 2019 Staff Extension Support Services for the Small Business Development Department, in the total not-to-exceed fee amount of $397,120, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; HH. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Capital Improvement Program (CIP) and Capital Initiative Request (CIR) Support Services to the Planning, Engineering and Construction Department, for a total not-to-exceed fee amount of $305,664, with funding from South Terminal C Phase 1 General Airport Revenue Bonds, Future South Terminal C Phase 1 Expansion General Airport Revenue Bonds, and Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; II. accept the recommendation of the Construction Committee and to: (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Oversight Committees Support Services for the Planning, Engineering and Construction Department, for a total notto-exceed fee amount of $1,013,184, with funding from Operation and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; JJ. accept the recommendation of the Construction Committee to (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Financial Oversight Support Services to the Finance Department, for a total not-to-exceed fee amount of $326,400, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; KK. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Executive Management and Cost Reporting Services to the Planning, Engineering and Construction Department, for a total not-toexceed fee amount of $879,360, with funding from Ticket Lobby General Airport Revenue Bonds and Passenger Facility Charges, Airside 4 General Airport Revenue Bonds and Passenger Facility Charges, South Terminal C Phase 1 General Airport Revenue Bonds, Future South Terminal C Phase 1 Expansion General Airport Revenue Bonds, and Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; LL. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Construction-Engineering-Financial Consulting Services Agreement with R. W. Block Consulting, Inc. for FY 2019 Staff Extension Support Services to the Finance Department, for a total not-to-exceed fee amount of $881,664, with funding from General Airport Revenue Bonds, Passenger Facility Charges to the extent eligible, and Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or

12 PAGE 9 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; MM. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for FY 2019 Engineering Support Services, for a total not-to-exceed fee amount of $836,640, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; NN. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the General Consulting Services Agreement with Schenkel & Shultz, Inc. for FY 2019 On-Site Planning Support Services, for a total not-to-exceed fee amount of $505,068, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; OO. accept the recommendation of the Construction Committee to: (1) approve an Addendum to the Continuing Program and Project Management Agreement (OAR Prime Entity) with WSP USA, Inc. for FY 2019 Staff Extension Support Services for the Project Controls Department, in the total not-to-exceed fee amount of $273,536, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; PP. accept the recommendation to authorize the deletion of the North and South designations for Jeff Fuqua Boulevard in the City of Orlando s roadway centerline database. QQ. accept the recommendation of the Professional Services Committee to: (1) approve an Amendment to the Professional Services Agreement with Covington + Associates, CPAs, Inc. for Fiscal Year (FY) 2019 Accounting Compliance Services to the Finance Department, for a total not-to-exceed fee amount of $152,618.29, with funding from Operations and Maintenance Fund and reimbursements from insurance and FEMA to the extent eligible and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; RR. accept the recommendation of the Professional Services Committee to: (1) approve a No Cost Addendum to the Land Development and Land Management Consulting Services Agreement with Dykes Everett & Company, LLC to exercise the second one-year renewal option and extend the agreement to January 21, 2020; (2) approve a No Cost Time Extension Addendum to the Land Development and Land Management Consulting Services Agreement with Dykes Everett & Company, LLC to January 21, 2022; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; SS. accept the recommendation of the Professional Services Committee to: (1) approve an Addendum to the IT Consulting Services Agreement with Faith Group Consulting, LLC for FY 2019 Information Systems Staff Augmentation for Senior Project Manager, Senior IT Systems Operator and Senior Systems Administrator Support Services, for a total not-to-exceed fee amount of $758,784, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; TT. accept the recommendation of the Professional Services Committee to: (1) approve an Addendum to the IT Consulting Services Agreement with Faith Group Consulting, LLC for FY 2019 Information Systems Staff Augmentation for Digital Ecosystem Content and Controls Development Consulting Services, for a total not-toexceed fee amount of $2,944,935, with funding from Operations and Maintenance Fund and

13 PAGE 10 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; UU. accept the recommendation of the Professional Services Committee to: (1) approve Addendum No. 1 to the IT Consulting Services Agreement with Faith Group Consulting, LLC, for FY 2019 On-Call MCO Mobile Application Support and Maintenance, for the total not-to-exceed fee amount of $83,580, which includes a not-to-exceed fee amount of $56,580 and a not-to-exceed reimbursable expense amount of $27,000, with funding from Operations and Maintenance Fund; (2) approve Addendum No. 4 to the IT Consulting Services Agreement with Faith Group Consulting, LLC for FY 2019 Information Systems Staff Augmentation for Senior Application Programmer/Analyst, for a total notto-exceed fee amount of $141,120, with funding from Operations and Maintenance Fund; (3) approve an Addendum to the IT Consulting Services Agreement with Faith Group Consulting, LLC for FY 2019 Information Systems Staff Augmentation for Facilities Assets Analyst Support Services, for a total not-to-exceed fee amount of $261,616, with funding from Operations and Maintenance Fund;; and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; VV. accept the recommendation of the Professional Services Committee to: (1) approve an Addendum to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for FY 2019 Information Systems Staff Augmentation for Senior IT Systems Specialists/IT Systems Specialists, Telecom Engineer/Analysts, and Service Desk Representative Support Services, for a total not-to-exceed fee amount of $1,567,320, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; WW. accept the recommendation of the Professional Services Committee to: (1) approve an Addendum to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for FY 2019 Information Systems Staff Augmentation for Senior IT Systems Specialists/IT Systems Specialists, Telecom Engineer/Analysts, and Service Desk Representative Support Services, for a total not-to-exceed fee amount of $1,567,320, with funding from Operations and Maintenance Fund and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; XX. accept the recommendation of the Professional Services Committee to: (1) approve Addendum No. 3 to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation - 1 Incorporated, for Fiscal Year (FY) 2019 Small Business Community Engagement Application Development, for the total not-to-exceed fee amount of $17,907, with funding from Operations and Maintenance Fund; (2) Addendum No. 4 to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation - 1 Incorporated, for FY 2019 F5 BIG-IP LTM Troubleshooting Assistance and Root Cause Analysis, for the total not-to-exceed fee amount of $11,081, with funding from Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; YY. accept the recommendation of the Professional Services Committee to: (1) approve the ranking of the firms for Insurance Broker Services for Airport Owners and Operators Aviation General Liability Insurance (PS-566) as follows: First Aon Risk Services, Inc. of Florida; Second BB&T Insurance Services, Inc./McGriff, Siebels & Williams, Inc.; Third Arthur J. Gallagher Risk Management Services, Inc.; Fourth - USI Insurance Services National, Inc.; and Fifth Willis of Florida; (2) approve an Insurance Broker Services for Airport Owners and Operators Aviation General Liability Insurance (PS-566) Agreement with the first-ranked firm, Aon Risk Services, Inc. of

14 PAGE 11 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY Florida, for the initial term of the agreement (i.e., 42 months) for a total not-toexceed amount of $120,000, with funding from Operations and Maintenance Fund; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; ZZ. accept the recommendation of the Construction Finance Oversight Committee to: (1) approve the transfer of $60,000 of Capital Expenditure Funds from FY 2019 CIR BP No , Runway 18L-36R Rehabilitation and Related Work, to BP No , Runway 18L-36R Rehabilitation and Related Work, on or after October 1, 2018; (2) approve the transfer of $519,422 of Capital Expenditure Funds from FY 2014 CIR Structural Rehabilitation of Taxiway J at the West Ramp to BP No , Runway 18L-36R Rehabilitation and Related Work; (3) approve the transfer of $3,078 of Capital Expenditure Funds from FY 2014 CIR Structural Rehabilitation of Taxiway J at the West Ramp to BP No , Runway 18L-36R Rehabilitation and Related Work; and, (4) request Orlando City Council concurrence for these non-budgeted expenditures; AAA. accept the recommendation to rename the southwestern portion of Canal Road Terminal C Service Road and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. BBB. accept the recommendation of the Aviation Noise Abatement Committee to approve: (1) the appointment of Tony Carugno in the Citizen/Member, Belle Isle/Edgewood representative category with a term expiring on April 4, 2022 and (2) the appointment of Sean Carnes in the Aviation Industry category with a term expiring on April 4, 2022; CCC. accept the recommended change to the Committee voting membership of the Aviation Authority s Organizational Policy , Retirement Benefits Committee. [FILED DOCUMENTARY NO ]; DDD. accept the recommended actions to: (1) delete Operational Policy , Violations of Safety Practices; (2) accept the revisions and title change to Operations Policy , Work Place Safety Committee; and, (3) accept the revisions, title change, and designation of Organizational Policy , Risk-Based Safety Program. [FILED DOCUMENTARY NO ]; EEE. accept the recommended of the Concessions/Procurement Committee to (1) approve the One-Year Extension to Purchasing Contract 10-13, Vending Machine Services, with Double R Vending, Inc. and (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an appropriate Amendment following satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; FFF. accept the recommended to: (1) approve the Declaration of Restrictive Covenant by and between the City of Orlando, the Greater Orlando Aviation Authority and the Florida Department of Environmental Protection; (2) seek approval from the City of Orlando; and (3) authorize an Authority Officer or the Chief Executive Officer to execute all documents related to the Declaration of Restrictive Covenant subject to satisfactory review by legal counsel. [FILED DOCUMENTARY NO ]; GGG. accept the recommendation to: (1) approve the Resolution to adopt the budget for Fiscal Year 2019 and (2) authorize the Chairman and Assistant Secretary to execute the Resolution. [FILED DOCUMENTARY NO ]; HHH. accept the Finance Committee's recommendation to: (1) extend the $100 Million Line of Credit Facility with PNC Bank for a one-year period to expire November 6, 2019, on mutually agreed terms as described in the memorandum and (2) request approval from the Aviation Authority Board to take any and all actions necessary to execute such amendment subject to satisfactory review by legal counsel; [FILED DOCUMENTARY NO ]; CHAIRMAN S REPORT

15 PAGE 12 - DRAFT MINUTES OF THE SEPTEMBER 19, 2018, MEETING OF THE GREATER ORLANDO AVIATION AUTHORITY 5. Chairman Kruppenbacher had the pleasure of announcing that for the second year in a row, the Aviation Authority was ranked highest by J. D. Powers for a major airport. The Chairman stated that we have won this award because of the individuals that work here. He has been blessed by being the Chairman of this Board. He has the best board members and the best staff. He particularly thanked Mr. Brown because he sets the standard that filters down. We received the highest score during the busiest time of construction. Mr. Brown added that it is a team effort on everyone s effort including TSA and CBP. Chairman Kruppenbacher stated that the next meeting is scheduled for October 10, ADJOURNMENT 6. There being no further business to be considered, Chairman Kruppenbacher adjourned the meeting at 2:19 p.m. (Digitally signed on (date)) Dayci S. Burnette-Snyder Director of Board Services Phillip N. Brown, A.A.E. Chief Executive Officer

16 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: October 10, 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. August 7, August 14, August 21, 2018, Construction Committee 2. July 31, August 8, August 14, August 21, August 28, September 4, September 11, September 18, 2018, Professional Services Committee Since the minute s package is so voluminous, containing 137 pages, it is provided under separate cover on our website at RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept these minutes for filing. CONSENT AGENDA ITEM - A -

17 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Dayci S. Burnette-Snyder, Director of Board Services DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Adopt 2019 Aviation Authority Board Calendar BACKGROUND The Uniform Special District Accountability Act of 1989, Chapter 189, Florida Statutes, requires the Aviation Authority to file quarterly, semiannually, or annually a schedule of its regular meetings with the local governing authority or authorities. As stated in the Aviation Authority s Bylaws, at the discretion of the Chairman, the Board meets for a regular workshop session on the first Wednesday of each month at a location designated by the Chairman. Regular board meetings are held on the third Wednesday of each month in the Carl T. Langford Board Room in the Aviation Authority offices in the main terminal building at Orlando International Airport. ISSUES For calendar year 2019, it is recommended that the Board adopt the following proposed calendar for regular board meetings: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC The meetings are scheduled to begin at 2 p.m. in the Carl T. Langford Board Room of the Greater Orlando Aviation Authority offices in the main terminal building at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida The meetings on November 13, 2019 and December 11, 2019, are scheduled for the second Wednesday of the month versus the third Wednesday of the month. ALTERNATIVES The calendar could be adopted on a quarterly or bi-annual basis. FISCAL IMPACT There is no fiscal impact. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to adopt its calendar for January - December CONSENT AGENDA ITEM B

18 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 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. S00168, South Terminal C, Phase 1, Airside Terminal Interiors/Specialties (GMP No. 6-S.4) 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 up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to, all associated improvements and infrastructure required or related thereto, such as 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, CONSENT AGENDA ITEM C

19 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, 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 Contract is 0.66%, and The Fee covers the s overhead, profit and all other costs not reimbursable under the Contract. For Hensel Phelps Construction, the Fee is 6.031%. Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 6-S.4 for South Terminal C, Phase 1, has been negotiated with Hensel Phelps Construction for BP No. S00168, South Terminal C, Phase 1, Airside Terminal Interiors/Specialties (GMP No. 6-S.4) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00168 includes column covers, interior wall panels, tile, resilient tile and carpet, epoxy flooring, painting, interior specialties, roller window shades, and low voltage systems. Hensel Phelps Construction proposes these services for the following compensation: Direct Cost of Work $ 52,104,076 Unbought Scope $ 1,863,725 Allowances* ($ 500,000) CM@R Contingency $ 2,138,712 Owner Contingency $ 534,678 SUBTOTAL: $ 56,141,191 Perf. & Payment Bond (0.66% of GMP Contract Value) $ 395,324 Fee (6.031%) $ 3,385,875 Total GMP Addendum Cost: $ 59,922,390 *Some value engineering items are included as allowances, to be applied to the subcontract bid values. The schedule included in the GMP proposal provides for the BP No. S00168 substantial completion date of February 28, 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. Hensel Phelps Construction is committed to achieving 21.8% MWBE and 7.0% LDB/VBE participation on this GMP for construction services. Hensel Phelps Construction remains committed to 20% MWBE and 4% LDB participation for Construction Services for the overall South Terminal C Program. On October 2, 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 BP No. S00168, South Terminal C, Phase 1, Airside Terminal Interiors/Specialties (GMP No. 6-S.4) at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT

20 The fiscal impact is $59,922,390. Funding is from Passenger 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 and approve an Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Hensel Phelps Construction for BP No. S00168, South Terminal C, Phase 1, Airside Terminal Interiors/Specialties (GMP No. 6-S.4) at the Orlando International Airport, for a total negotiated GMP amount of $59,922,390, which includes $52,104,076 for Direct Cost of Work, $1,863,725 for Unbought Scope, ($500,000) for Allowances, $2,138,712 for CM@R Contingency, $534,678 for Owner Contingency, $395,324 for P&P Bonds (0.66%), and a maximum fee amount of $3,385,875 (6.031%), with funding from Passenger 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.

21 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 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 Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00173, South Terminal C, Phase 1 Landside Terminal Mechanical/Electrical/Plumbing (MEP) Systems - FDOT (GMP No. 7-S.3) 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 up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Services Agreement to Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, Program at the Orlando International Airport. A no-cost base agreement was executed on January 11, 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 CONSENT AGENDA ITEM D

22 unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement, 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 Bond rate set forth in the Contract is 0.664%, and The Fee covers the s overhead, profit and all other costs not reimbursable under the Contract. For Turner-Kiewit Joint Venture, the Fee is 4.211%. Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 7-S.3 for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP No. S00173, South Terminal C, Phase 1 Landside Terminal Mechanical/Electrical/Plumbing (MEP) Systems - FDOT (GMP No. 7-S.3) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00173 provides mechanical, electrical and plumbing systems for the Landside Terminal. Turner-Kiewit Joint Venture proposes these services for the following compensation: Direct Cost of Work $ 101,100,412 CM@R Contingency $ 4,044,016 Owner Contingency $ 2,527,510 SUBTOTAL: $ 107,671,938 Perf. & Payment Bond (0.664% of GMP Contract Value) $ 750,239 Fee (4.211%) $ 4,565,658 Total GMP Addendum Cost: $ 112,987,835 The schedule included in the GMP proposal provides for the BP No. S00173 substantial completion date of February 28, 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. Turner-Kiewit Joint Venture is committed to achieving 10.0% DBE participation on this GMP for construction services. (Turner-Kiewit Joint Venture remains committed to exceeding 20% MWBE and 4% LDB/VBE participation for construction services overall for the South Terminal C Program.) The DBE Participation Program is used on FDOT-funded GMPs and participation goals established based on the availability of DBE-certified firms in the trades bid. On October 2, 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 Turner-Kiewit Joint Venture for BP No. S00173, South Terminal C, Phase 1 Landside Terminal Mechanical/Electrical/Plumbing (MEP) Systems - (GMP No. 7-S.3) at the Orlando International Airport, as outlined above. The Construction Committee also recommended that, in the event that a timely protest of the mechanical and plumbing bid package is filed with the Chief Executive Officer and remains unresolved on the date of the Aviation Authority Board meeting, the value of that subcontract award will be approved in the GMP as an Unbought Scope line item instead of an approved subcontract award in an effort to proceed with the other scopes of the GMP. ALTERNATIVES None.

23 FISCAL IMPACT The fiscal impact is $112,987,835. Funding is from FDOT Grants to the extent eligible, Customer Facility Charges, Passenger Facility Charges, General Airport Revenue Bonds, and the Aviation Authority s Line of Credit to be reimbursed by future Passenger Facility Charges and future General Airport Revenue Bonds 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 Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for BP No. S00173, South Terminal C, Phase 1 Landside Terminal Mechanical/Electrical/Plumbing (MEP) Systems - (GMP No. 7-S.3), for a total negotiated GMP amount of $112,987,835, which includes $101,100,412 for Direct Cost of Work, $4,044,016 for CM@R Contingency, $2,527,510 for Owner Contingency, $750,239 for P&P Bonds (0.664%), and a maximum fee amount of $4,565,658 (4.211%), with funding from FDOT Grants to the extent eligible, Customer Facility Charges, Passenger Facility Charges, General Airport Revenue Bonds, and the Aviation Authority s Line of Credit to be reimbursed by future Passenger Facility Charges and future General Airport Revenue Bonds 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.

24 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Construction Administration Services for W-S00110, South Terminal C, Phase 1, and Phase 1 Expansion, at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1 and Phase 1 Expansion, Program provides for a worldclass domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include the expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On October 21, 2015, the Aviation Authority Board approved the Architect of Record Agreement for the South Terminal C, Phase 1, Program at the Orlando International Airport with HNTB Corporation. ISSUES A fee has been negotiated with HNTB Corporation for the total amount of $13,346,417 for Construction Administration Services for South Terminal C, Phase 1, and Phase 1 Expansion, at the Orlando International Airport. Services will include, but are not limited to, administration assistance and attendance at various Aviation Authority meetings, such as Pre-Construction and Job Coordination Meetings; preparation, reproduction, and distribution of Conformed Documents and Specifications; general site visit observations of work; ensure accurate and current maintenance of the as-builts; issuance of Requests for Information (RFI) / Designer s Supplemental Information (DSI) responses, clarifying and interpreting the Contract Documents as appropriate, and evaluate cost and schedule implications of the responses; assistance, in conjunction with the Owner s Authorized Representative (OAR), with the negotiations and preparation of the Schedule of Values for use in the development of the pay applications for each project, and review recommended amounts for payment to the Construction Management at Risk (CM@R) contractor; participation in the Substantial Completion inspection; and all other duties as further outlined in the Aviation Authority s Engineering Documents Control (EDC) No. 9, Designer s General Scope of Services. Services will be provided through September 30, CONSENT AGENDA ITEM E

25 The scope of these services will also include the following major components: Airfield Civil: The airfield portion of the scope includes taxiways, taxilanes and apron paving in support of the initial 19 gates of the airside terminal. There will be service and emergency roads, non-operational hardstands for aircraft to Remain Overnight (RON), airfield signage, lighting, fuel hydrants and aircraft servicing staging areas. Airside Terminal: The airside terminal is a three-level facility directly connected to the landside terminal. It has 19 gates, all of which are designed to be swing gates available for either international or domestic flights. Use of Multiple Apron Ramp System (MARS) gates allows two narrow-body aircraft in place of each jumbo aircraft gate. Landside Terminal: The Landside Terminal is a five-story building that houses commercial curb functions, interstitial, ticketing, baggage claim and mechanical mezzanine levels. The TSA security checkpoint and U.S. Customs and Border Protection (CBP) screening areas connect the airside and landside terminals. Parking Garage Expansion: This garage is an expansion of the six-story structure, currently under construction which connects to the APM Station. This expansion of the garage includes approximately 1,250 spaces and elevators for vertical circulation. The expanded garage will connect to the new ground transportation facility. Landside Civil: The site development includes activities for the full site outside of the airfield components. The scope includes all clearing, grading, roadways and bridges, signalization, underground utilities, landscaping, and exterior signage. Ground Transportation Facility (GTF): The GTF is a three-story facility housing Rental Car (RAC) counters, resort transportation and other forms of ground transportation. There is space for concessions, gardens and public circulation. Ground Support Equipment (GSE) Building, Central Receiving Building and New Central Energy Plant (CEP): Generally, these buildings house functions and equipment key to supporting back-of-house functions for the primary terminals. The GSE building houses equipment and provides logistics for ground operations. The Central Receiving Building allows incoming terminal shipments to be appropriately screened away from the terminals and then stored or forwarded onto the airside or landside. The new CEP provides chilled water to the airside and landside terminals. The Aviation Authority has reviewed the proposal and determined that HNTB Corporation proposes to achieve 40.0% MWBE and 6.1% LDB/VBE participation on this addendum. HNTB Corporation remains committed to exceeding 31.5% MWBE and 6% LDB/VBE participation for the overall South Terminal C Program. On October 2, 2018, the Construction Committee recommended approval of an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Construction Phase Services for South Terminal C, Phase 1, and Phase 1 Expansion, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $13,346,417. Funding is from General Airport Revenue Bonds 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 Architect

26 of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Construction Administration Services for South Terminal C, Phase 1, and Phase 1 Expansion, at the Orlando International Airport, for a total amount of $13,346,417, which includes a lump sum fee amount of $8,273,201 and a not-to-exceed fee amount of $5,073,216, with funding from General Airport Revenue Bonds 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.

27 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for COBUS Airside Concourse Operations for W-S00110, South Terminal C, Phase 1, at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1 and Phase 1 Expansion, Program provides for a worldclass domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include 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. COBUS is a bus system designed specifically for airport ramp passenger transport, from aircraft to the terminal or airside. The buses carry a large number of passengers, approximately , with extra large doors on both sides that can be lowered to ground level to facilitate loading of people with rolling luggage. They support the off-loading of passengers, without the use of Passenger Boarding Bridges (PBBs). They are in use at thousands of airports, worldwide. The South Terminal C Expansion will include ramp level facilities to support COBUS operations. On October 21, 2015, the Aviation Authority Board approved the Architect of Record Agreement for the South Terminal C, Phase 1, Program at the Orlando International Airport with HNTB Corporation. ISSUES A fee has been negotiated with HNTB Corporation for the total amount of $304,701 for Design Services for COBUS Airside Concourse Operations for South Terminal C, Phase 1, at the Orlando International Airport. Services will include the design modifications for two open air structural bays on the south end of the airside concourse for the COBUS vehicles. The Aviation Authority has reviewed the proposal and determined that HNTB Corporation proposes 19% MWBE and 4.6% LDB/VBE participation on this addendum. HNTB Corporation CONSENT AGENDA ITEM F

28 remains committed to exceeding 31.5% MWBE and 6% LDB/VBE participation for the overall South Terminal C Program. On September 25, 2018, the Construction Committee recommended approval of an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for COBUS Airside Concourse Operations for South Terminal C, Phase 1, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $304,701. Funding is from the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for COBUS Airside Concourse Operations for South Terminal C, Phase 1, at the Orlando International Airport, for a total lump sum amount of $304,701, with funding from the Aviation Authority s Line of Credit to be reimbursed by 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.

29 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Addenda to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for the Wiley Road Intersection Realignment and Improvement for W-S00110, South Terminal C, Phase 1, at the Orlando International Airport BACKGROUND The South Terminal C, Phase 1 and Phase 1 Expansion, Program provides for a worldclass domestic and international airport terminal building, consisting of a new airside terminal with up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to all associated improvements and infrastructure required or related thereto, such as sitework, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include the expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On October 21, 2015, the Aviation Authority Board approved the Architect of Record Agreement for the South Terminal C, Phase 1, Program at the Orlando International Airport with HNTB Corporation. ISSUES A fee has been negotiated with HNTB Corporation for the total amount of $269, for Design Services for the Wiley Road Intersection Realignment and Improvement for South Terminal C, Phase 1, at the Orlando International Airport. Services will include the design modifications to the intersections at Wiley Road. This intersection will become a major entrance for deliveries and other back-of-house needs related to the South Terminal C. The Aviation Authority has reviewed the proposal and determined that HNTB Corporation proposes 17.1% MWBE and 3.0% LDB/VBE participation on this addendum. HNTB Corporation remains committed to exceeding 31.5% MWBE and 6% LDB/VBE participation for the overall South Terminal C Program. On September 25, 2018, the Construction Committee recommended approval of Addenda to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for the Wiley Road Intersection Realignment and Improvement for South Terminal C, Phase 1, at the Orlando International Airport, as outlined above. CONSENT AGENDA ITEM G

30 ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $269, Funding is from the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve an Addendum to the Architect of Record for South Terminal C, Phase 1 Agreement with HNTB Corporation for Design Services for the Wiley Road Intersection Realignment and Improvement for South Terminal C, Phase 1, at the Orlando International Airport, for a total amount of $269,871.50, which includes a lump sum fee amount of $265,604 and a not-to-exceed reimbursable expense amount of $4,267.50, with funding from the Aviation Authority s Line of Credit to be reimbursed by 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.

31 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 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 Consulting and Special Systems Integration Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport BACKGROUND On October 21, 2015, the Aviation Authority Board approved a Program and Project Management Services Agreement for the South Terminal C, Phase 1, at the Orlando International Airport, with Cost Management, Inc. dba CMI. These Services may include, but are not limited to, any and all services necessary for the management of the various Authority contracts for the Project, the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; extension of staff services, development of design criteria documents, specifications review and coordination, Building Information Modeling (BIM) development and implementation and management of construction contracts, including design/build and construction management at risk; management of the construction and commissioning of projects including performing as the Owner's Authorized Representative (OAR); development and implementation of project cost controls and documents; providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for project related professional and construction services required from the Authority's other consultants and contractors; coordination with the Federal Aviation Administration (FAA), the Transportation Security Administration (TSA), the Florida Department of Transportation (FDOT), and other governmental agencies on project-related issues; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of the Project, which includes both existing and future facilities. ISSUES A fee has been negotiated with Cost Management, Inc. dba CMI for a total amount of $257,256 for Construction Phase OAR Technology Consulting and Special Systems Integration 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 special systems integration support, and may include, but are not limited to, Building Information Modeling (BIM) support, meetings, construction oversight, Owner-Furnished Materials (OFM) documentation and process support, management of designers of technology, IT and signage systems, review of CONSENT AGENDA ITEM H -

32 design deliverables, attendance and contributions at Technical Review Team (TRT) reviews, coordination of schedules and purchase of IT procurement items, provide special systems coordination with other project disciplines, provide pre-construction services, review fees and pay applications, executive staff updates, and other duties as needed. Services will be provided through September 30, The Aviation Authority has reviewed the proposal and determined that Cost Management, Inc. dba CMI proposes to achieve 91.8% MWBE/LDB/VBE participation on this addendum. On September 25, 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 Consulting and Special Systems Integration Support Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $257,256. Funding is from Passenger 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 and 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 OAR Technology Consulting and Special Systems Integration 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 $257,256, with funding from Passenger 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.

33 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 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, LLC for Construction Phase Owner s Authorized Representative (OAR) Support Services related to Project Management, Safety, Project Controls, Inspection and Project Coordination Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport BACKGROUND On October 21, 2015, the Aviation Authority Board approved a Program and Project Management Services Agreement for the South Terminal C, Phase 1, at the Orlando International Airport, with CMTS Construction Management Services, LLC. These Services may include, but are not limited to, any and all services necessary for the management of the various Aviation Authority contracts for the Project, the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; extension of staff services, development of design criteria documents, specifications review and coordination, Building Information Modeling (BIM) development and implementation and management of construction contracts, including design/build and construction management at risk; management of the construction and commissioning of projects including performing as the Owner's Authorized Representative (OAR); development and implementation of project cost controls and documents; providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for project related professional and construction services required from the Aviation Authority's other consultants and contractors; coordination with the Federal Aviation Administration (FAA), the Transportation Security Administration (TSA), the Florida Department of Transportation (FDOT), and other governmental agencies on projectrelated issues; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of the Project, which includes both existing and future facilities. ISSUES A fee has been negotiated with CMTS Construction Management Services, LLC for a total amount of $1,231,504 for Construction Phase Owner s Authorized Representative (OAR) Support Services related to Project Management, Safety, Project Controls, Inspection and Project Coordination Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. These services will include, but are not limited to, coordination with the Aviation Authority to ensure compliance with safety and environmental procedures, development and CONSENT AGENDA ITEM I -

34 maintenance of program safety standards and reporting, assistance with regulatory and compliance inspections with local, state and OSHA, assistance with final completion and close-out activities, specification compliance of the contract, and coordination of program efforts for consistency with the Owner s strategies, commitments and goals. Services will be provided through September 30, The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On September 25, 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, LLC for Construction Phase Owner s Authorized Representative (OAR) Support Services related to Project Management, Safety, Project Controls, Inspection and Project Coordination Services, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $1,231,504. Funding is from Passenger 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 and approve an Addendum to the Program and Project Management Services Agreement for South Terminal C, Phase 1 with CMTS Construction Management Services, LLC for Construction Phase Owner s Authorized Representative (OAR) Support Services related to Project Management, Safety, Project Controls, Inspection and Project Coordination Services, at the Orlando International Airport, for a total not-to-exceed fee amount of $1,231,504, with funding from Passenger 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.

35 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 4 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Kraus-Manning, Inc. dba KMI International for Additional Construction Phase Owner s Authorized Representative (OAR) Construction Management Support Services and Conceptual Estimating for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport BACKGROUND On October 21, 2015, the Aviation Authority Board approved a Program and Project Management Services Agreement for the South Terminal C, Phase 1, at the Orlando International Airport, with Kraus-Manning, Inc. dba KMI International. These Services may include, but are not limited to, any and all services necessary for the management of the various Authority contracts for the Project, the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; extension of staff services, development of design criteria documents, specifications review and coordination, Building Information Modeling (BIM) development and implementation and management of construction contracts, including design/build and construction management at risk; management of the construction and commissioning of projects including performing as the Owner's Authorized Representative (OAR); development and implementation of project cost controls and documents; providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for project related professional and construction services required from the Authority's other consultants and contractors; coordination with the Federal Aviation Administration (FAA), the Transportation Security Administration (TSA), the Florida Department of Transportation (FDOT), and other governmental agencies on project-related issues; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of the Project, which includes both existing and future facilities. On March 13, 2018, the Construction Committee approved Addendum No. 4 to the Program and Project Management Agreement for South Terminal C, Phase 1 with Kraus-Manning, Inc. dba KMI International for Construction Phase Owner s Authorized Representative (OAR) Construction Management Support Services and Conceptual Estimating 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 $223,792, for services through March 20, On March 21, 2018, the Aviation Authority Board approved Amendment No. 1 to Addendum No. 4 for a total not-to-exceed fee amount of $869,904 for Additional Construction CONSENT AGENDA ITEM J

36 Phase OAR Construction Management Support Services and Conceptual Estimating for W- S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, for services through September 30, ISSUES A fee has been negotiated with Kraus-Manning, Inc. dba KMI International for a total amount of $1,345,308 for Additional Construction Phase OAR Construction Management Support Services and Conceptual Estimating for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. These services will provide additional support services for the construction management efforts and cost estimating services to assist with early Guaranteed Maximum Price (GMP) evaluations and extended pre-construction Construction Management at Risk (CM@R) support services. Services will be provided through September 30, The Aviation Authority has not established MWBE/LDB/VBE participation goals because of the specialized nature of the services to be provided. On September 25, 2018, the Construction Committee recommended approval of an Amendment to Addendum No. 4 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Kraus-Manning, Inc. dba KMI International for Additional Construction Phase OAR Construction Management Support Services and Conceptual Estimating for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $1,345,308. Funding is from General Airport Revenue Bonds, Passenger Facility Charges, Customer Facility Charges, and the Aviation Authority s Line of Credit to be reimbursed by future General Airport Revenue Bonds and future 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. 4 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program, with Kraus-Manning, Inc. dba KMI International for Additional Construction Phase OAR Construction Management Support Services and Conceptual Estimating for W-S00111, South Terminal C, Phase 1, Program, at the Orlando International Airport, for a total not-to-exceed fee amount of $1,345,308, with funding from General Airport Revenue Bonds, Passenger Facility Charges, Customer Facility Charges, and the Aviation Authority s Line of Credit to be reimbursed by future General Airport Revenue Bonds and future 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.

37 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 3 to the Program and Project Management Services Agreement for South Terminal C, Phase 1, Program with Page One Consultants, Inc. for Construction Phase Owner s Authorized Representative (OAR) Quality Assurance (QA) Review for Pile Driving Inspection, Pile Driver Analyzer (PDA) Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport BACKGROUND On October 21, 2015, the Aviation Authority Board approved a Program and Project Management Services Agreement for the South Terminal C, Phase 1, at the Orlando International Airport, with Page One Consultants, Inc. These Services may include, but are not limited to, any and all services necessary for the management of the various Authority contracts for the Project, the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; extension of staff services, development of design criteria documents, specifications review and coordination, Building Information Modeling (BIM) development and implementation and management of construction contracts, including design/build and construction management at risk; management of the construction and commissioning of projects including performing as the Owner's Authorized Representative (OAR); development and implementation of project cost controls and documents; providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for project related professional and construction services required from the Authority's other consultants and contractors; coordination with the Federal Aviation Administration (FAA), the Transportation Security Administration (TSA), the Florida Department of Transportation (FDOT), and other governmental agencies on project-related issues; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of the Project, which includes both existing and future facilities. On February 21, 2018, the Aviation Authority Board approved Addendum No. 3 to the Program and Project Management Agreement for South Terminal C, Phase 1 with Page One Consultants, Inc. for Construction Phase OAR Quality Assurance (QA) Review for Pile Driving Inspection, PDA Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, for a total amount of $749,340. CONSENT AGENDA ITEM K

38 ISSUES A fee has been negotiated with Page One Consultants, Inc. for a total not-to-exceed amount of $423,083 for Additional Construction Phase OAR QA Review for Pile Driving Inspection, PDA Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport. These services will provide additional QA inspection services during pile driving activities, PDA testing, pre-cast and pre-stress inspection of standard pre-cast piles, engineering services, and associated project management services. Services will be provided through December 31, The Aviation Authority has reviewed the proposal and determined that Page One Consultants, Inc. proposes to achieve 88.4% MWBE participation on this addendum. On September 25, 2018, the Construction Committee recommended approval of an Amendment to Addendum No. 3 to the Program and Project Management Services Agreement for South Terminal C, Phase 1 with Page One Consultants, Inc. for Additional Construction Phase OAR QA Review for Pile Driving Inspection, PDA Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $423,083. Funding is from General Airport Revenue Bonds 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 Amendment to Addendum No. 3 to the Program and Project Management Agreement for South Terminal C, Phase 1 with Page One Consultants, Inc. for Additional Construction Phase Owner s Authorized Representative (OAR) Quality Assurance (QA) Review for Pile Driving Inspection, Pile Driver Analyzer (PDA) Testing, Pre-Cast/Pre-Stress Inspection of Piles at Standard Pre-Cast Engineering Services and Associated Project Management Services for W-S00111, South Terminal C, Phase 1 Program and Project Management Services, at the Orlando International Airport, for a total amount of $423,083, which includes a not-to-exceed fee amount of $48,960 and a not-to-exceed reimbursable expense amount of $374,123, with funding from General Airport Revenue Bonds 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.

39 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Rescind the Prior Approval and Approve the Purchase of McGraw-Edison Cooper TopTier Light Fixtures for Project E-00162, Parking Garage A Light Fixture Replacement at the Orlando International Airport from Gexpro BACKGROUND On March 21, 2018, the Aviation Authority Board approved an Addendum to the Continuing Electrical Construction Services Agreement with Bergelectric Corp. dba Bergelectric Corp. Contractors and Engineers for the award of Project E-00162, Parking Garage A Light Fixture Replacement at the Orlando International Airport, for the total bid amount of $1,861,000. E replaces approximately 3,555 ceiling-mounted Type A and Type A1 LED light fixtures in Parking Garage A at the Orlando International Airport. In the competitive bid for E-00162, the bid documents included an option for the Aviation Authority to purchase approximately 3,555 Type A and Type A1 LED fixtures through an Owner-Furnished Material (OFM) procedure. The bid documents outlined the OFM procedure, which stipulated that each contractor would negotiate the price of an approved fixture model with an authorized distributor and submit the total fixture price (including the required taxes and contractor mark-up), the installation costs, and a pre-determined allowance amount as the total bid price. The lowest overall price would then be recommended for award to the Aviation Authority Board. After award, the Aviation Authority would exercise its option to purchase the fixtures, through its internal procurement process, directly from the distributor at the negotiated unit fixture cost, thereby saving the Aviation Authority the taxes normally charged to the contractor. The Aviation Authority would then amend the contract through a deductive change order for the total amount of the actual fixture cost and the associated taxes. This would leave the installation cost, allowance and associated contractor mark-up. Since the contractor is taking possession of the fixtures and will be solely responsible for the delivery, handling, storage and installation, the contractor mark-up was to remain in the contract. The contractor included the Cooper TopTier fixture by McGraw-Edison in its bid, which was the basis of design for this project. The Type A1 fixtures include control units that regulate the percentage of light output based on parameters configured in the fixture itself. This provides some cost (utilities) savings to the Aviation Authority and increases the life of the fixture. The fixtures are categorized as follows: Type A Fixture This fixture stays at 100% light output under any circumstance. They are also the fixtures installed on the emergency circuits so that if utility power fails, the fixture will remain lit. CONSENT AGENDA ITEM L

40 Type A1 Fixture This includes daylight harvesting control. They are strategically positioned on the ramps between levels so that during daylight hours, the light output of the fixture is reduced. Surrounding fixtures on the ramps will remain lit so that light levels will always remain at a safe level. The bid form submitted by BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers showed the quantities and unit prices for each fixture type. The contractor chose to include all of their mark-up in the installation costs, so there was no markup remaining in the fixture costs. The unit price listed in the procurement document does not include tax, but is the actual unit price provided by the distributer to the contractor during the bid process. Subsequent to the award of E-00162, it was determined that it would be in the best interests of the Aviation Authority to exercise its option to purchase the Type A and Type A1 light fixtures, through its internal OFM procurement process, directly from the authorized distributor at the negotiated unit fixture cost, thereby saving the Aviation Authority the taxes that would normally be charged to the contractor. The bid from BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers included its negotiated price for the Type A and Type A1 light fixtures from an authorized distributor. On July 3, 2018, the Construction Committee approved Change Order No. 1 to E in the credit amount of ($1,328,675) for the deletion of approximately 3,555 Type A and Type A1 light fixtures (i.e., actual fixture costs and associated taxes) in accordance with the OFM procedure. The cost savings to the Aviation Authority is $81, Upon receipt of the light fixtures, the contractor will take possession and will be solely responsible for the delivery, handling, storage, and installation of these light fixtures. ISSUES On August 15, 2018, the Aviation Authority Board approved the purchase of McGraw- Edison TopTier Type A and Type A1 LED light fixtures from Colonial Electric Supply for E-00162, Parking Garage A Light Fixture Replacement at the Orlando International Airport, for the not-to-exceed amount of $1,247, Subsequent to the Aviation Authority Board meeting, a purchase requisition was initiated and a purchase order was submitted to Colonial Electric Supply for the procurement of the light fixtures for E However, Colonial Electric Supply declined to accept the purchase order because of concerns given by its legal counsel. BergElectric Corp. dba as Bergelectric Corp. Contractors and Engineers sought and received a proposal from Gexpro, an alternate authorized distributor, which matched the quantity and price of the original bid. The Aviation Authority has not established MWBE/LDB/VBE goals because of the specific nature of the services to be provided. On October 2, 2018, the Construction Committee recommended to (1) rescind the prior approval of the purchase of McGraw-Edison TopTier Type A and Type A1 LED light fixtures from Colonial Electric Supply; and, (2) approve the purchase of McGraw-Edison TopTier Type A and Type A1 LED light fixtures from Gexpro for E-00162, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $1,247, Funding is from Capital Expenditure Fund and Discretionary Fund.

41 RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and (1) rescind the prior approval of the purchase of McGraw-Edison TopTier Type A and Type A1 LED light fixtures from Colonial Electric Supply; (2) approve the purchase of McGraw-Edison TopTier Type A and Type A1 LED light fixtures from Gexpro for E-00162, Parking Garage A Light Fixture Replacement at the Orlando International Airport, for the not-to-exceed amount of $1,247,569.68, with funding from Capital Expenditure Fund and Discretionary Fund; (3) authorize the Purchasing Department to issue the necessary purchase order; and, (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

42 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve a Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Carr & Collier, Inc. for Project H-S00013, HBJ Building Fire Water Line Tie-In, at the Orlando International Airport BACKGROUND H-S00013 will extend a fire water main line, and all associated work, from an existing OUC water main to the HBJ Building to convert the existing sprinkler system, which will be upgraded as necessary, to an OUC water source and remove the current connection to a pump that draws water from an adjacent pond at the Orlando International Airport. The scope of work includes survey, erosion control, clearing, maintenance of traffic, installation of ductile iron fire/water main and all appurtenances, connections to existing systems, permitting, valves, restoration, and as-built drawings. The construction is scheduled to start in October 2018 and complete in February ISSUES Carr & Collier, Inc. has proposed a total direct-negotiated amount of $611, for construction services for H-S Carr & Collier, Inc. s pricing has been reviewed and determined to be reasonable and the scope has been verified. The Aviation Authority has reviewed the proposal from Carr & Collier, Inc. and determined that Carr & Collier, Inc. proposes 3.1% MWBE/LDB/VBE participation for this job order construction services addendum. On October 2, 2018, the Construction Committee recommended approval of Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Carr & Collier, Inc. for H-S00013, HBJ Building Fire Water Line Tie-In, at the Orlando International Airport, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $611, Funding is from Capital Expenditure Fund. CONSENT AGENDA ITEM M

43 RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve a Job Order Construction Services Addendum to the Continuing Horizontal Construction Services Agreement with Carr & Collier, Inc. for H-S00013, HBJ Building Fire Water Line Tie-In, at the Orlando International Airport, for the total direct-negotiated amount of $611,078.16, with funding from Capital Expenditure Fund; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

44 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 220 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Additional Construction Phase Owner s Authorized Representative (OAR) Services for Project Bid Package (BP) No , Airside 4 Improvements Program - Federal Inspection Station (FIS)/U.S. Customs and Border Protection (CBP) Renovation and Wing Expansion at the Orlando International Airport BACKGROUND The Airside 4 Improvements Program is a multi-year program that will consist of multiple projects to achieve the intended scope. The scope of the program may include, but is not limited to, FIS/CBP improvement and expansion, aircraft gate conversion to international swing gates, aircraft apron and systems improvements, public restroom renovations, and new central chiller plant at the Orlando International Airport. BP No , Airside 4 Improvements Program FIS/CBP Renovation and Wing Expansion, provides for the FIS/CBP improvement and expansion, aircraft gate conversion to international swing gates, and aircraft apron and systems improvements. On March 15, 2017, the Aviation Authority Board approved the award of the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with Geotech Consultants International, Inc. dba GCI, Inc. Addendum No. 220 was approved by the Aviation Authority Board on June 15, 2016, for a total amount of $5,605,453. Amendment Nos. 1 through 8 to Addendum No. 220 were approved between 2016 and 2018, for Additional Construction Phase OAR Services for BP No for a total amount of $3,363,205. ISSUES A fee has been negotiated with Geotech Consultants International, Inc. dba GCI, Inc. for a total amount of $853,757 for Additional Construction Phase OAR Services for BP No The additional services are required to enhance the existing OAR team and provide additional OAR services through completion of the project. The Aviation Authority has reviewed the proposal and determined that Geotech Consultants International, Inc. dba GCI, Inc. proposes to achieve 32.6% MWBE and 5.0% VBE participation. On September 25, 2018, the Construction Committee recommended approval of an Amendment to Addendum No. 220 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Additional Construction Phase OAR Services for BP No , Airside 4 Improvements Program - FIS/CBP Renovation and Wing Expansion at the Orlando International Airport, as outlined above. CONSENT AGENDA ITEM N

45 ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $853,757. Funding is from Capital Expenditure Funds 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 Amendment to Addendum No. 220 to the Continuing Program and Project Management (OAR Prime Entity) Services Agreement with Geotech Consultants International, Inc. dba GCI, Inc. for Additional Construction Phase OAR Services for BP No , Airside 4 Improvements Program - FIS/CBP Renovation and Wing Expansion, for a total not-to-exceed fee amount of $853,757, with funding from Capital Expenditure Funds 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.

46 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Amendment to Addendum No. 16 to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for Additional Fiscal Year (FY) 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration BACKGROUND On March 15, 2017, the Aviation Authority Board approved a Continuing Program and Project Management Services Agreement (OAR Prime Entity) with PSA Constructors, Inc. The services included all services necessary for the management of the design and construction of both individual projects and programs consisting of two or more individual projects, including the management of design from planning and conceptual design phase through detailed design, bidding and award of construction contracts; development of design criteria documents, and management of design/build contracts; management of the construction and commissioning of projects including performing as the Owner s Authorized Representative (OAR); providing material testing, quantity surveying, construction inspection, construction safety compliance inspection, and other services required to verify compliance of construction with contract documents; providing cost estimating, cost control, scheduling, progress reporting, and planning services to support both design and construction activities; negotiating contracts for program and project related professional and construction services required from the Aviation Authority s other consultants and contractors; coordination of the activities of multiple consultants and contractors onsite; and all other related services, which may be required to accomplish the planning, funding, design, bidding and award, construction, commissioning and operation of projects and programs for the Aviation Authority s existing and future facilities. On September 25, 2018, the Construction Committee approved Addendum No. 16 to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for FY 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration, for the total not-to-exceed fee amount of $34,560. ISSUES A fee has been negotiated with PSA Constructors, Inc. for a total amount of $598,440 for Additional FY 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration. These additional services include, but are not limited to, performing specialized and advanced staff extension support services related to security oversight and special systems integration activities. Services will be provided through September 30, The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. CONSENT AGENDA ITEM O

47 On October 2, 2018, the Construction Committee recommended approval of an Amendment to Addendum No. 16 to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for Additional FY 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $598,440. Funding is from Operations and Maintenance Fund. 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. 16 to the Continuing Program and Project Management Agreement (OAR Prime Entity) with PSA Constructors, Inc. for Additional FY 2019 Staff Extension Support Services related to Security Oversight and Special Systems Integration, in the total not-to-exceed fee amount of $598,440, with funding from Operations and Maintenance Fund; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

48 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve Change Orders to Various Contracts BACKGROUND At its meeting on October 2, 2018, the Construction Committee recommended approval of the change orders as outlined in Attachment A. ISSUES The Aviation Authority reserves the right to recover premium and other costs from the responsible party, as applicable. ALTERNATIVES None. 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 in the amount of $439,582 and no time extension, and request Orlando City Council and FAA concurrence (as required because of FAA funding), with funding as outlined in Attachment A; (2) approve Change Order No. E in the amount of $0 and a 90 calendar day time extension, 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 P

49 Attachment A (Page 1 of 2) Change Order BP Construction Committee: October 2, 2018 Project: Taxiway J Rehabilitation and Related Work Contractor: The Middlesex Corporation Amount This Change Order: $ 439, (2.2% of Original Contract Price) Original Contract Amount: $ 19,756, Previous Change Orders: ($ 132,044.81) (-0.7% of Original Contract Price) Revised Contract Amount: $ 20,063, Time Extension: Funding Source: None. FAA and FDOT Grants, and Capital Expenditure Fund to the extent eligible. Description of Change: This is an interim quantity adjustment change order and includes the following items: (a) Decrease Pay Item P (Side Slope Restoration Isolated Areas) by 5 EA, from 5 EA to 0 EA at the contract unit price of $1,100.00/EA. DEDUCT: ($5,500.00); (b) Increase Pay Item P-401GY-1 (Bituminous Surface Course Gyratory) by 1,500 TN, from 42,000 TN to 43,500 TN at the contract unit price of $140.00/TN. ADD: $210,000.00; (c) Decrease Pay Item P-401GY-RM-1 (Bituminous Surface Course Gyratory Recycle Material) by 2,000 TN, from 13,600 TN to 11,600 TN at the contract unit price of $130.00/TN. DEDUCT: ($260,000.00); (d) Increase Pay Item P- 403GY-1 (Bituminous Base Course Gyratory) by 3,500 TN, from 1,900 TN to 5,400 TN at the contract unit price of $140.00/TN. ADD: $490,000.00; (e) Increase Pay Item P (Rout, Clean and Seal Existing Asphalt Joint) by 1,500 LF, from 1,300 LF to 2,800 LF at the contract unit price of $6.00/LF. ADD: $9,000.00; (f) Increase Pay Item P (Taxiway Painting, Yellow, Temporary, No Glass Beads) by 30,000 SF, from 19,700 SF to 49,700 SF at the contact unit price of $1.00/SF. ADD: $30,000.00; (g) Increase Pay Item P (Paint Removal) by 21,100 SF, from 8,900 SF to 30,000 SF at the contract unit price of $3.00/SF. ADD: $63,300.00; (h) Increase Pay Item (Pipe Cul, HDPE II, Round, 15-inches CD) by 82 LF, from 967 LF to 1,049 LF at the contract unit price of $90.00/LF. ADD: $7,380.00; (i) Decrease Pay Item (Concrete Ditch, 6-inches Thick) by 56 SY, from 1,470 SY to 1,414 SY at the contract unit price of $90.00/SY. DEDUCT: ($5,040.00); (j) Decrease Pay Item (D-985-1, Articulated Concrete Block) by 4 SY, from 60 SY to 54 SY at the contract unit price of $300.00/SY. DEDUCT ($1,200.00); (k) Decrease Pay Item S (Deck Treatment) by 1,100 SY, from 16,900 SY to 15,800 SY at the contract unit price of $14.96/SY. DEDUCT: ($16,456.00); (l) Decrease Pay Item S (Concrete Pavement Slab Stabilization, Lifting and Soil Densification) by 2,025 LB, from 4,700 LB to 2,675 LB at the contract unit price of $30.00/LB. DEDUCT ($60,750.00); (m) Decrease Pay Item S-00-1 (Concrete Curb Removal) by 222 LF, from 1,400 LF to 1,178 LF at the contract unit price of $16.00/LF. DEDUCT: ($3,552.00); (n) Decrease Pay Item L (Existing Unforeseen Demo Item Less Than 125 Cubic Feet) by 5 EA, from 5 EA to 0 EA at the contract unit price of $360.00/EA. DEDUCT: ($1,800.00); (o) Decrease Pay Item L (Existing Unforeseen Demo Item Cubic Feet) by 5 EA, from 5 EA to 0 EA at the contract unit price of $460.00/EA. DEDUCT ($2,300.00); and, (p) Decrease Pay Item L (Existing Aircraft Rated Electrical Man/Hand Hole Junction Structure Elevation Adj.) by 1 EA, from 2 EA to 1 EA at the contract unit price of $13,500.00/EA. DEDUCT: ($13,500.00). Reason for Change: Interim quantity adjustment. Change Order E Construction Committee: October 2, 2018 Project: Fuel Farm Security Enhancements Contractor: Electric Services, Inc. Amount This Change Order: $ 0.00 (0.0% of Original Contract Price) Original Contract Amount: $ 299, Previous Change Orders: ($ 2,402.90) (-0.8% of Original Contract Price) Revised Contract Amount: $ 297, Time Extension: Funding Source: 90 calendar days for Substantial Completion. Capital Expenditure Fund.

50 Attachment A (Page 2 of 2) Description of Change: Increase the Contract Time for Substantial Completion by 90 calendar days, from 90 calendar days to 180 calendar days, for work associated with the addition of several thermal cameras. NO COST Reason for Change: Owner Requested Change: Additional time is needed to implement an Owner-requested change resulting from the removal of two cameras and the addition of several thermal cameras to the project. Additionally, there have been delays in obtaining the necessary electric and building permits.

51 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Construction Committee to Approve an Addendum to the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement with Lea & Elliott, Inc. to Exercise the Second One-Year Renewal Option BACKGROUND On January 16, 2013, the Aviation Authority Board approved the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement with Lea & Elliott, Inc. This agreement provides for the performance of planning, concept development and feasibility studies for new or modernization/expansion of existing systems; assessment of differing/alternative technologies; cost estimating; preparation of preliminary and final design documents; development of project schedules and budgets; computer modeling and simulation of systems and stations, including platform flows and passenger demand; development of interface criteria and coordination for related facilities; preparation of performance specifications; preparation and/or review of technical documents including design drawings and documents, software documentation, operating and maintenance manuals and test reports; development of procurement methodologies and contract documents, including soliciting and evaluating systems suppliers qualifications, technical and cost proposals, proposals for operations and maintenance; contract negotiation; design oversight and technical review, technical monitoring and test oversight during system construction and implementation; supervision/analysis of system verification and acceptance tests; post-operational assessments of system performance in terms of safety, security, and reliability, maintainability and availability; administration of and compliance with the Florida Department of Transportation (FDOT) System Safety Program Plan (SSPP); assistance with evaluation of operations, maintenance, and life cycle cost issues and development of solutions to resolve these issues; and all other related tasks including the extension or integration of APM and/or passenger rail systems into new and existing facilities and properties, including non-contiguous properties operated by the Aviation Authority. The services may include, but are not limited to, civil, structural, mechanical and electrical engineering design; utilities and infrastructure design; surveying; geotechnical; evaluation and documentation of existing conditions; verification of as-built conditions including field verification of all existing above and underground utilities; cost estimating and scheduling; technical studies; preliminary and final design; permitting; bidding and award; construction administration and resident engineering; and all other related services. CONSENT AGENDA ITEM Q

52 The provisions of the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement include a five-year service agreement with optional renewal periods of three additional one-year terms upon mutual agreement of the Aviation Authority and the consulting firm. The first year renewal option for this Agreement will expire in February 2019, and Lea & Elliott, Inc. has been responsive to the Aviation Authority's needs. ISSUES In order to maintain the Specialty Automated People Mover (APM)/Passenger Rail Systems Services on an as-needed basis, the second renewal option is required. In response to the Aviation Authority's notification, Lea & Elliott, Inc. provided a letter of concurrence of the second one-year renewal option of its original agreement. On September 18, 2018, the Construction Committee recommended approval of a no cost addendum to the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement with Lea & Elliott, Inc. to exercise the second one-year renewal option. ALTERNATIVES The Aviation Authority Board could request Staff to advertise for new Specialty Automated People Mover (APM)/Passenger Rail Systems Services. FISCAL IMPACT There is no fiscal impact for these addenda. Future addenda will be based on specific tasks of work as assigned with approved funding source. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and approve a no cost Addendum to the Specialty Automated People Mover (APM)/Passenger Rail Systems Agreement with Lea & Elliott, Inc. to exercise the second one-year renewal option and extend the Agreement to February 11, 2020; and, authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

53 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Professional Services Committee to Approve an Addendum to the Information Technology Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for Fiscal Year (FY) 2019 Information Systems Staff Augmentation for Senior Applications Programmer/Analyst related to CCTV/Access Control Systems, at the Orlando International Airport BACKGROUND On June 20, 2018, the Aviation Authority Board approved the award of an Information Technology (IT) Consulting Services Agreement to Technology Management Corporation dba Technology Management Corporation 1 Incorporated. This no-cost base agreement established the negotiated hourly rates. The consulting services include a broad range of services associated with the planning and implementation of IT projects and initiatives that are identified in the Aviation Authority s Capital Improvement Plan (CIP), IT Master Plan (ITMP), the Aviation Authority s annual project planning process, and other IT projects and initiatives requested by the Aviation Authority. The services may include project management; staff augmentation; research of specific technologies; research and concept development; IT business analysis; business case development; infrastructure and applications design, installation, configuration, development and testing; database management and administration; cyber and physical security; development of solicitation documents; functional, performance and interface requirements definition and documentation project planning; applications development, implementation and integration across multiple systems; operations and management of IT; assistance with IT roadmap or strategic plans; and, vendor and product evaluations and recommendations and other IT consulting services. Subsequently, the PSC took action on the following addendum on the above-referenced agreement: Addendum No. 5 to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation - 1 Incorporated, for Fiscal Year (FY) Information Systems Staff Augmentation for Senior Applications Programmer/Analyst Services related to SharePoint, for the total not-to-exceed fee amount of $244,186, with funding from Operations and Maintenance Fund; and due to the limited scope of the required services, Technology Management Corporation dba Technology Management Corporation - 1 Incorporated does not propose any MWBE/LDB/VBE participation on this addendum [Reference PSC Meeting held September 25, 2018, Agenda Item No. 7]. Per the Aviation Authority s Policy , the Aviation Authority Board must approve all contract addenda and amendments that result in the value of any contract being increased, in the aggregate, by $250,000 or more over the contract value. CONSENT AGENDA ITEM R

54 ISSUES A fee has been negotiated with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for a total amount of $256,122 to provide FY 2019 Information Systems Staff Augmentation for Senior Applications Programmer/Analyst related to CCTV/Access Control Systems. These services will provide ongoing staff augmentation support to the IT Department related to CCTV/Access Control Systems deployments. Services will include troubleshooting user-client support tickets and working directly with customers and construction teams during software upgrades. Services will be provided from October 15, 2018, through September 30, The Aviation Authority has not established MWBE/LDB/VBE goals because of the specialized nature of the services to be provided. On October 2, 2018, the Professional Services Committee recommended approval of an Addendum to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for FY 2019 Information Systems Staff Augmentation for Senior Applications Programmer/Analyst related to CCTV/Access Control Systems, and Service Desk Representative Support Services, as outlined above. ALTERNATIVES None. FISCAL IMPACT The fiscal impact is $256,122. Funding is from Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Professional Services Committee and approve an Addendum to the IT Consulting Services Agreement with Technology Management Corporation dba Technology Management Corporation 1 Incorporated for FY 2019 Information Systems Staff Augmentation for Senior IT Systems Specialists/IT Systems Specialists, Telecom Engineer/Analysts, and Service Desk Representative Support Services, for a total notto-exceed fee amount of $256,122, with funding from Operations and Maintenance Fund; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

55 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION: Recommendation of the Construction Committee to Authorize the Update of the Aviation Authority s Construction Management Participation Goals with the Construction Management at Risk Firms, including Turner-Kiewit Joint Venture and Hensel Phelps Construction, for the South Terminal Complex (STC) at the Orlando International Airport BACKGROUND In 2015, the Aviation Authority Board awarded contracts with two Construction Management at Risk (CM@R) firms for the Aviation Authority s STC Program. The Aviation Authority required separate participation goals for construction management and construction (direct cost of work) services. Turner-Kiewit Joint Venture proposed construction management program goals of 26% MWBE and 5% LDB participation. Hensel Phelps Construction proposed construction management program goals of 33% MWBE and 5% LDB participation. Since then, the Central Florida construction management market, and the construction market in general, has undergone significant changes. Significant large-scale construction projects have saturated the market with available work which has resulted in limiting the resources available by way of a labor force. Additionally, the Aviation Authority has increased the magnitude of the STC Phase 1 project with added scope of significant value in combination with no additional contract time for completion. The added value without adding time combined with the lack of availability of firms to serve in such capacity has challenged the market including the CM@R s in accomplishing their stated construction management goals. At the September 19, 2018 Aviation Authority Board meeting, Turner-Kiewit Joint Venture proposed 20% MWBE and 3% LDB participation for construction management for Fiscal Year Also, at the September Board, Hensel Phelps Construction proposed 25.3% MWBE and 5.7% LDB participation for construction management for Fiscal Year ISSUES Staff has determined that it is in the best interest of the Aviation Authority to update the construction management goals for the STC Program, considering the current market and current project. Staff analyzed the central Florida construction management availability of firms taking into consideration the saturated construction market. Staff also analyzed the current construction management partners, their commitments and their responsibilities. Lastly, Staff analyzed both factors considering the expanded STC Phase 1 Program. Taking into consideration all these factors, Staff has determined that the proposed construction management program goals of 20% MWBE and 3% LDB participation for construction management for Turner-Kiewit Joint Venture, and 25% MWBE and 6% LDB participation for construction management for Hensel Phelps Construction are reasonable and what the current market can effectively support. CONSENT AGENDA ITEM S

56 These goals apply to staffing services only, which represents approximately 6% of the total program cost. The goals for construction, representing approximately 70% of the program cost, remain unchanged at 20% MWBE and 4% LDB. The difference in participation for construction management between the two CMARs reflects the number of small business partner firms each has had under contract since the start of their contracts. Hensel Phelps Construction has eight and Turner-Kiewit Joint Venture has four. On October 2, 2018, the Construction Committee recommended to the Aviation Authority Board authorization to update the Construction Management participation goals, as outlined above. ALTERNATIVES The Aviation Authority could reject the above stated recommendation and require that the continue to attempt to satisfy the construction management goals proposed in FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee and authorize the update of the contraction management participation goals of 20% MWBE and 3% LDB participation for construction management for Turner-Kiewit Joint Venture, and 25% MWBE and 6% LDB participation for construction management for Hensel Phelps Construction; and, authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

57 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Chairman, Concessions/Procurement Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve the Ranking of Proposals and Award of the STC Food and Beverage Package 2 Concession at Orlando International Airport to DN MCO STC F&B, LLC (Delaware North) BACKGROUND On June 4, 2018, the Aviation Authority issued a Request for Proposals (RFP) for a ten year non-exclusive right and obligation to rent, occupy, equip, furnish and maintain 10,983 square feet in the South Terminal Complex (STC) for the operation of a multiconcept food and beverage concession. The RFP evaluation criteria rated as satisfactory or unsatisfactory were: Proposer s financial capability; Proposer s reputation; and Proposer s ACDBE participation. The RFP evaluation criteria evaluated for their strength were: Demonstrated experience and qualifications; Customer service and marketing; Concepts and quality, variety and price range of menu items; Concession Improvements (for evaluation purposes only); and Financial return to the Aviation Authority. ISSUES On August 8, 2018 the Aviation Authority received four proposals in response to the RFP. The respondents, in alphabetical order, were: DN MCO STC F&B, LLC (Delaware North); MCA STC JV, LLC (MCA); SSP America MCO, LLC (SSP); and The Grove Flying Concessions MCO JV, LLC (TGI) At its meeting on September 10, 2018, the Concessions/Procurement Committee evaluated the proposals received based on the evaluation criteria outlined in the memorandum and the Committee recommended the following ranking: 1. Delaware North 2. SSP 3. MCA 4. TGI CONSENT AGENDA ITEM T

58 All proposals received were deemed satisfactory by the Committee with regard to the evaluation criteria rated as satisfactory or unsatisfactory. However, the Committee deemed the proposal submitted by Delaware North as outstanding on each of the five criteria evaluated for strength. Delaware North s proposed concepts include Harvest and Grounds, Raw Juce, Summer House, Greenbeat, Desano Pizzeria and Cucina & Co. ALTERNATIVES None. FISCAL IMPACT During the first year of operations the Aviation Authority will receive the greater of an Initial Minimum Annual Concession Fee of $1,735,000 or a percentage of gross receipts as follows: (a) 19% of food and non-alcoholic beverage sales, (b) 23% of alcoholic beverage sales, and (c) 5% of employee sales. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) accept the ranking of the Concessions/Procurement Committee as follows: First Delaware North, second SSP, third MCA, and fourth TGI; (2) award the STC Food and Beverage Package 2 Concession to DN MCO STC F&B, LLC (Delaware North), as the number one ranked proposer; and (3) authorize an Aviation Authority officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by Legal Counsel.

59 DRAFT On SEPTEMBER 10, 2018, the CONCESSIONS/PROCUREMENT COMMITTEE of the GREATER ORLANDO AVIATION AUTHORITY met in the Carl T. Langford Board Room at Orlando International Airport, One Jeff Fuqua Boulevard, Orlando, Florida, Chairman Anderson called the meeting to order at 1:30 p.m. The meeting was posted in accordance with Florida Statutes and a quorum was present. Committee members present: Staff/Others present: Raymond Anderson, Chair Bradley Friel, Director of Planning Brian Engle, Director of Customer Service Bruce Gant, Purchasing Tracy Conner-Harris, Concessions Andrea Rivero, Schenkel Shultz Jo Thacker, Nelson Mullins Broad and Cassel Marcos Marchena, Marchena and Graham Shannon Wiggins, Marchena and Graham Larissa Bou, Recording Secretary Chairman Anderson announced to all present that if anyone is aggrieved by any of the proceedings of today s meeting and wishes to appeal the results of actions made by this Committee, they must file an appeal stating the item they wish to appeal and the basis for which they wish to appeal, and it must be received in writing by the Chief Executive Officer, Mr. Phillip N. Brown, in his office at One Jeff Fuqua Boulevard, Main Terminal Building, by Monday, September 17, 2018 at 4:00 p.m. 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 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, including the Mayor of the City of Orlando or the Mayor of Orange County, at their 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) MINUTES 1. Upon motion by Mr. Engle, second by Mr. Friel, vote carried and motion passed to approve the minutes of August 20, 2018, as presented. RECOMMENDATION TO DO AN INCREASE IN VALUE AND RENEWAL OPTION FOR PURCHASING CONTRACT 01-16, FEDERAL INSPECTION STATIONS (FIS) CUSTOMER SERVICE AND SUPPORT STAFF SERVICES, WITH BAGGAGE AIRLINE GUEST SERVICES, INC. (BAGS) A. Mr. Bruce Gant, Manager of Purchasing Contracts, presented the item. The original term of the Contract was for thirty-six (36) months, effective February 1, 2016, expiring January 31, 2019, with the Aviation Authority having options to renew the Contract for two additional periods of one year each. The Contract requires BAGS to furnish all labor, supervision, management and administrative oversight, materials, supplies, equipment, and all other items necessary or proper for, or 1

60 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING incidental to, performing FIS Customer Service and Support Staff Services at the Orlando International Airport in accordance with the Contract Documents. The First Renewal Option is February 1, 2019 January 31, 2020, which includes a 3.2% CPI increase in pay rate for all positions. The Department concurs with the Increase in Value and the First Renewal Option. Based on the information known at this time, the Contractor has performed satisfactorily during the Initial Term. Staff is requesting an Increase in Value and Renewal of the services provided by BAGS. The Increase in Value is based on the existing Billable Labor Rates for the FIS Agents, FIS Ambassadors, FIS Support Staff, and Supervisors. The increase is due to additional staff needed to support increased international flight activity, accommodate new requests to support Customs and Border Protection (CBP) with various functions at the inspection stations and to cover additional locations due to the expansion of Airside 4 FIS. The actual amount paid to Contractor is based on actual work requested, performed, and approved by the Aviation Authority. The Renewal Option Value is based on the existing Billable Labor Rates for the FIS Agents, FIS Ambassadors, FIS Support Staff, and Supervisors with a CPI increase of 3.2% which is allowable under the Contract. The actual amount paid to Contractor is based on actual work requested, performed, and approved by the Aviation Authority. The total fiscal impact for the Increase in Value is a not-to-exceed amount of $788, Funding will be from the Operation and Maintenance Fund, and The total fiscal impact for the First Renewal Option is a notto-exceed amount of $4,660, Funding will be from the Operation and Maintenance Fund, and Funds expected to be spent under the Contract in the current fiscal year are within budget. Funding required in current and subsequent fiscal years will be allocated from the Operation and Maintenance Fund as approved through the budget process and when funds become available. Staff recommends that the following be recommended to the Aviation Authority Board: (1) approve the Increase in Value and the First Renewal Option for Purchasing Contract 01-16, Federal Inspection Stations (FIS) Customer Service and Support Staff Services with Baggage Airline Guest Services, Inc. (BAGS); (2) authorize funding in the not-to-exceed amount of $5,449, from the Operation and Maintenance Fund; and (3) authorize an Aviation Authority Officer or Chief Executive Officer to execute an Amendment following satisfactory review by legal counsel. Chairman Anderson asked if anyone in the audience would like to speak to this matter. Hearing none, he then asked if any Committee members had questions. There was no response to either inquiry. Upon motion by Mr. Friel, second by Mr. Engle, vote carried and motion passed to approve staff s recommendation. REVIEW OF PROPOSALS RECEIVED FOR THE SOUTH TERMINAL COMPLEX (STC) FOOD AND BEVERAGE PACKAGE 2 CONCESSION, AT ORLANDO INTERNATIONAL AIRPORT B. Ms. Conner-Harris, Manager of Concessions, presented the item. A Request for Proposals (RFP) was issued on June 4, 2018, for the South Terminal Complex (STC) Food and Beverage Package 2 Concession, at Orlando International Airport. The Aviation Authority will grant the successful Proposer the non-exclusive right and privilege, and the successful Proposer shall assume the obligation to rent, occupy, equip, furnish and maintain the facilities for the operation of a multi-concept food and beverage concession on the Premises. The Premises consists of approximately 10,983 square feet of space for sales, dispensing and seating located on Levels 2 and 3 of the South Terminal Complex (the Premises) as follows: 2

61 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Location Concept Square Feet Pre-Security Unit LS-B Gourmet Coffee 624 Pre-Security Unit LS-C Snack 624 Palm Court, Level 2, Unit A and Palm Court, Level 3, Unit A-3 Casual Dining 7,027 Palm Court, Level 2, Unit M2 Quick Service Salads and Wraps 1,218 Palm Court, Level 2, Unit M3 Quick Service Fast-Service Pizza 1,170 North Concourse, Unit T Deli 320 Total Square Feet 10,983 The term shall commence on the day the Aviation Authority opens the South Terminal Complex to the public and expire on the 10 th anniversary of commencement. For each agreement period of the term, the successful Proposer will pay to the Aviation Authority a Concession Fee in an amount equal to the greater of: (1) a Minimum Annual Concession Fee of $1,735, or (2) a percentage of Gross Receipts equal to the sum of the successful Proposer s proposed percentage times the Gross Receipts for food and beverage sales; four percentage points higher than the proposed percentage for food and beverage sales times the Gross Receipts for alcoholic beverages; and 5% of Gross Receipts for sales to Airport employees. On August 8, 2018, the Aviation Authority received the following proposals, listed in alphabetical order: DN MCO STC F&B, LLC (Delaware North) MCA STC JV, LLC (MCA) SSP America MCO, LLC (SSP) The Grove Flying Concessions MCO JV, LLC (TGI) It is the Aviation Authority s intent to recommend award to the responsible and responsive Proposer with the Proposal that is most favorable to the Aviation Authority. Mr. Marchena indicated that, after the deadline for receipt of Proposals, the Aviation Authority received documents from Applejack Foods, LLC contained in an envelope that lacked any exterior label or other indication that the items were related to the STC Food and Beverage Package 2 and also failed to meet other Proposal submission requirements. The documents were returned to Applejack Foods, LLC. Chairman Anderson asked Ms. Conner-Harris to present the criteria used for evaluation. Ms. Conner-Harris presented the criteria as follows: Evaluation Criteria Rated as Satisfactory or Unsatisfactory Financial Capability - Proposer s financial information must show the financial ability to meet its existing obligations and those to be undertaken if successful in being awarded the Food and Beverage Concession at the Airport. In the event the information provided is deemed insufficient, then the successful Proposer may be required to post a 100% contract bond or Letter of Credit for the Minimum Annual Concession Fee. Reputation - Reputation will be considered based upon the information provided by Proposers references, or as otherwise determined by the Aviation Authority. A poor reference or multiple non-responsive references may result in an unsatisfactory rating. ACDBE Participation - ACDBE participation should meet or exceed the Aviation Authority s goal, with legitimate participation in the management and operation of the Concession. If unable to reach the goal, such Proposer(s) must provide sufficient evidence of Good Faith 3

62 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Efforts to reach the goal with its proposal. The ACDBE Goal for this Opportunity is 30%. Upon review of the proposals, the Aviation Authority s Finance Department (Finance), Office of Small Business Development, and staff provided their findings with regards to Financial Capability, Reputation and ACDBE Participation, as follows: DN MCO STC F&B, LLC (Delaware North) Financial Capability: Delaware North presented audited financial statements for two years. Finance recommends a fifty percent (50%) contract bond or letter of credit. Proposer s financials are acceptable. Reputation: References received from Fort Lauderdale, Hartsfield-Jackson, Los Angeles and Richmond airports were all favorable. ACDBE Participation: If selected, Delaware North proposes 30% participation through the use of a joint venture with Superior Hospitality Group, LLC, a certified ACDBE, owning 20% and Salsa Catering and Special Events, Inc., a certified ACDBE, owning 10%. MCA STC JV, LLC (MCA) Financial Capability: MCA submitted audited financial statements for two years. Finance recommends a fifty percent (50%) contract bond. Proposer s financials are acceptable. Reputation: References received from Miami International Airport, Fort Lauderdale International Airport and Westfield Unibail Company were all favorable. Orlando International Airport was also listed as a reference. The Concessions Department has had a favorable experience with MCA. ACDBE Participation: MCA proposes 100% ACDBE participation through a joint venture between Master ConcessionAir, LLC, with a 90% ownership interest and Inglur, LLC, with a 10% interest, both of which are certified ACDBE companies. SSP America MCO, LLC (SSP) Financial Capability: SSP submitted audited financial statements for two years. Finance recommends a one hundred percent (100%) contract bond. Proposer s financials are acceptable. Reputation: References submitted to the Aviation Authority for SSP from San Francisco, JFK and Toronto Pearson International were all favorable. SSP also listed Tampa International Airport as a reference; however, they did not provide a response. ACDBE Participation: If selected, SSP proposes a joint venture owned by SSP with 65% ownership interest, PMP Hospitality, Inc. (PMP) with 25% interest and Perez of Florida, Inc. (Perez) with 10% interest. PMP and Perez are certified ACDBE companies that currently have operations at the Airport. The Grove Flying Concessions MCO JV, LLC (TGI) Financial Capability: TGI submitted audited financial statements for two years. Finance recommends a fifty percent (50%) contract bond. Proposer s financials are acceptable. Reputation: Although the Aviation Authority requested four references for similar operations, TGI only submitted three references. References submitted from Ronald Regan International and FOCUS Brands were both favorable. The third reference, Salt Lake City International Airport, responded that it was not able to reply as they currently have a food and beverage RFP on the street. TGI also submitted Fifth Third Bank as a bank reference, which was favorable. ACDBE Participation: TGI proposes ACDBE participation through a joint venture between The Grove Inc. with 70% ownership interest and Flying Retail LLC, a certified ACDBE, with a 30% ownership interest. 4

63 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Chairman Anderson asked Mr. Marchena if he had further comments or observations. Mr. Marchena stated that material litigation reported by each Proposer was reviewed and there were no issues identified with any of the Proposers. Mr. Friel recommended that the Committee deems Delaware North, MCA, SSP, and TGI satisfactory in all three criteria. It was the consensus of the Committee that all four Proposers were satisfactory in the areas of Financial Capabilities, Reputation, and ACDBE Participation. Chairman Anderson then asked Ms. Conner-Harris to present the remaining evaluation criteria. Ms. Conner-Harris presented the criteria as follows: Evaluation Criteria Rated According to Strength Demonstrated In Proposal Demonstrated Experience and Qualifications - Ranking for this criterion will be based upon the information submitted for the experience and qualifications of the Proposer in operating a food and beverage concession. Material litigation and investigation will be considered in this criterion. Customer Service and Marketing - Ranking for this criterion will be based on the extent to which the customer service approach and training will further the Aviation Authority s goal of improved overall customer service and the likely success of the marketing program. Concepts and Quality, Variety and Price Range of Menu Items - Concepts whether national, regional or local should have a recognized public appeal. Local and unique concepts are desirable and encouraged. Proposed menu items are expected to be of high quality and a variety of items. Prices should be reasonable when considering the proposed products and brands. Concession Improvements (for evaluation purposes only) - Proposed Improvements should present a visually appealing Concession space intended to maximize appeal to the traveler, while remaining true to The Orlando Experience. The proposed improvements will be considered for evaluation purposes only and will be subject to further review and approval by the Aviation Authority after award. The minimum expenditure in improvements for this opportunity is not less than $ per square foot of the non-commissary portion of the premises and not less than $ per square foot of the commissary portion of the premises. Financial Return to the Aviation Authority - Ranking for this criterion will be based upon a review of the proposed Percentage of Gross Receipts after consideration of the reasonableness of the information presented, and the assumptions supporting the budget and pro forma submitted by Proposers. Ms. Conner-Harris proceeded to review staff s evaluation: Experience and Qualifications: Delaware North - Proposer has been operating airport concessions for 78 years. Delaware North has an international presence and highlighted Fort Lauderdale International and Hartsfield-Jackson International, as similar operations to Orlando International Airport. Delaware North generates over $450 Million in revenues annually. Delaware North disclosed litigation as required. Legal counsel determined that the legal disclosures were acceptable. Delaware North indicated that it was not the subject of any criminal investigations. MCA - Proposer is a family owned and operated company that has operated national brands at airports since MCA highlighted experience at Miami International, Hartsfield- Jackson Atlanta International, Orlando International and Washington Dulles. MCA s revenues have consistently grown to nearly $50 Million. MCA stated that it did not have any litigation to disclose. Legal counsel determined that this was satisfactory. MCA indicated that it was not the subject of any criminal investigations. 5

64 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING SSP Proposer has 50 years of airport experience in North America and operates in 140 airports world-wide. SSP highlighted JFK and San Francisco Airport as their two similar airport operations. SSP indicated that in the last five years no material lawsuits were filed by or against SSP, or its affiliates. Legal counsel determined that their litigation disclosure was satisfactory. No material criminal investigations were noted in the past five years. TGI - Proposer has been operating airport concessions for over 37 years and currently operates more than 40 locations at 10 airports and 2 train stations. TGI highlighted operations at Hartsfield-Jackson International, Dallas Fort Worth, JFK International and Chicago O Hare International. TGI disclosed litigation as required. Legal counsel determined that the disclosure was satisfactory. TGI indicated that it was not the subject of any criminal investigations. Mr. Friel indicated that based on years of experience providing services to airports, both Delaware North and SSP should be in the lead, followed closely by MCA and TGI. Chairman Anderson and Mr. Engle concurred with Mr. Friel s observations. Further discussion ensued among Committee members regarding Proposer s demonstrated experience and qualifications. Chairman Anderson explained the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Adequate (A), Less Than Adequate (LA) and Unacceptable (U). The ranking process began. The Committee concurred ranking in this category as follows: Proposer Delaware North MCA SSP TGI Ranking O VG O VG Ms. Conner-Harries proceeded to present staff s evaluation of the Proposers for the next criterion. Customer Service and Marketing: Delaware North - Delaware North utilizes a customer service program called Guestpath which is focused on standards, training, monitoring, gap review and incentives. Marketing and promotional efforts will be focused on two key objectives: to drive increased sales volume and increase passenger airport experience by supporting The Orlando Experience. A year-round calendar of marketing and promotions will be implemented. Each venue will tie into regional, national, and local promotions that the franchise is running, and vendor sponsored promotions. Other marketing programs such as a bar program with holiday and event-themed offerings; live music and concerts proposed with approval; chef demonstrations; kiosk ordering stations; Grab app for advanced ordering; Tunity app to listen to TV programs from smartphones or tablets; digital menu boards; viable social media presence; and, with airport approval, product sampling. MCA - MCA emphasizes customer service through its training program and monitors these services through its customer service survey program and E-Care Hotline. MCA has the ability to incorporate point of sale tablets when lines are too long and is currently working to add point of sale kiosks. MCA works with Grab app to allow customers to preorder and pre-pay for meals. SSP - SSP s customer service approach is called The Passion Principle. It focuses on recruiting people to share its passion, training to serve from the heart, developing leaders and measuring to continually improve. Marketing and promotional efforts will be multi-faceted and include brand marketing, market segment focus, airport employees, national and local programs, merchandising and a focus on technology. 6

65 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING TGI - TGI puts its managers through its own training at the TGI corporate offices to improve managerial skills to best create a positive and memorable experience for guests. TGI employees, will undergo extensive training to make the employees brand ambassadors of the Aviation Authority and TGI. TGI noted that its point of sale system is programmed with features that allow managers to better handle issues such as changes in sales volume or customer service matters. TGI also has hand-held ordering capabilities to combat long lines. Mr. Engle observed that all four Proposers did a good job at presenting its firm s approach to customer service, although some Proposers demonstrated better programs than others. He further indicated that, even though TGI stated that they provide corporate customer service training to their employees, they did not specify what the training includes. Regarding the marketing aspect, Mr. Engle observed that Delaware North recognized the importance of having a marketing program, and they showed different outreach ideas to attract customers. Chairman Anderson also observed that SSP failed to go into detail regarding their approach to marketing. Mr. Friel concurred with both Chairman s and Mr. Engle s observations. Chairman Anderson reiterated the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Adequate (A), Less Than Adequate (LA) and Unacceptable (U). The ranking process began. Mr. Friel recommended that Delaware North be considered Outstanding; MCA and TGI be considered Very Good; and SSP be considered Adequate for this criterion. After further discussion among Committee members regarding the Proposer s customer service and marketing strategies, the Committee concurred on the following ranking in this category: Proposer Delaware North MCA SSP TGI Ranking O VG A VG Chairman Anderson asked Ms. Conner-Harris to present the next criterion and staff findings. Concepts and Quality, Variety and Price Range of Merchandise Items Mr. Marchena suggested that, for this criterion, the Committee members discuss each location and its proposed concept. He also suggested to establish an order of preference for each location, in order to clarify the preference of each concept. Pre-Security Unit LS-B, Gourmet Coffee: Ms. Conner-Harris reviewed the proposed concepts, as follows: Proposer Concept Description of Concept Menu Items Price Range Delaware North Harvest and Grounds Inspired by European espresso bars; supported by Joey Chase's Coffee Roasters Alliance will feature the area's best high-quality roasters: a "chef-driven, original, and healthy" Breakfast $ $8.00 Salads & Sandwiches $ $9.50 Snack Plate $ $9.50 Hot Beverages Teas & Coffees Cold Smoothies & Fruit Juices $ $4.75 7

66 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range MCA Barnies Coffee & Tea Co. Founded in Orlando in 1980 serving proprietary blends, and flavored coffees, tea blends and full-scale menu; extensive grab and go selections, includes baked goods from local Blue Bird Bake Shop Breakfast $ $11.55 Baked Goods $ $6.60 Salads & Sandwiches $11.00 $14.30 Hot Beverages $ $6.50 SSP Dunkin Donuts Coffee and baked goods, grab and go items, pastries, breakfast sandwiches, bagels and muffins Sandwiches & Wraps $ $6.29 Bakery $ $4.29 Coffee $ $5.99 Beverages $ $4.99 TGI Illy Café Styled after an all-day Italian café experience; serving pastries, coffee, desserts, tea and brunch Breakfast Baked Goods Prices not provided Prices not provided Salads $11.30 $13.40 Paninis $ $11.70 Desserts $ $4.80 Coffee & Specialty Drinks $ $5.50 Chairman Anderson provided his observations regarding the concepts presented. He indicated that, although Harvest & Grounds has a limited menu and is the lesser known of the concepts, they have been performing well at other airports. Chairman Anderson further observed that Barnies Coffee & Tea Co. is a local concept and has been in business for over 36 years; however, their prices are higher. He continued to observe that Dunkin Donuts is a wellknown concept with competitive prices, and Illy Café is also a well-known international concept that has had success in other airports. Mr. Friel observed that Barnies Coffee s menu has more depth than Harvest and Grounds menu. He indicated that Dunkin Donuts is more of a classic concept, whereas Illy Café is a great international concept that could go well in an international terminal. Mr. Engle observed that all of the proposed concepts had their own positive qualities. Following thorough discussion regarding the proposed concepts for the Pre-Security/Unit LS-B location, the Committee concurred that MCA had the strongest concept, followed by SSP; Delaware North; and TGI. 8

67 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Pre-Security Unit LS-C, Snack Ms. Conner-Harris proceeded to review the proposed concepts for the following space: Proposer Concept Description of Concept Menu Items Price Range Delaware North Raw Juce First opened in Boca Raton, Florida; offers 100% organic, cold-pressed juices; menu items with few exceptions are organic and house-made from scratch Cold-Pressed Juices and Smoothies Breakfast/ACAI Bowls $ $14.75 $ $13.75 Salads $ $11.50 Grab and Go $ $11.00 Organic Treats $6.50 MCA Freshens Fresh Food Studio Focus on healthy, convenient and portable food and beverage; known for clean smoothies and frozen yogurts Yogurt $ $6.79 Smoothies $ $7.69 Crepes $ $7.99 SSP Nuts on Clark Popcorn Gourmet popcorn and nuts Popcorn $ $8.49 Nuts $ $10.00 TGI Red Mango Revolves around ripened red mangos; serves yogurt, smoothies and parfaits, warm flatbreads and salads Packaged Snacks & Drinks Frozen yogurt $ $4.49 $0.54 oz. Flatbread $3.95 Salad $5.45 Ms. Marchena clarified that SSP proposed Nuts on Clark Popcorn as its concept for the Pre- Security Unit LS-C (Snack) location. The Aviation Authority s policy and the Concession Agreement, which was included as part of the RFP documents, prohibit the sale of popcorn. Mr. Marchena informed the Committee that SSP was notified that, if selected, SSP will not be allowed to sell popcorn and that the Committee must consider SSP s menu for Nuts on Clark as it appears in the Proposal minus the popcorn, with no other changes. Chairman Anderson indicated that both Raw Juce and Freshens Fresh Food Studio are appealing concepts. He further indicated that Red Mango s concept was also appealing; however, there were not enough details on the proposals about their concept. 9

68 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Mr. Friel expressed his concerns regarding the Raw Juce concept being located pre-security, because passengers will have to consume their beverages before entering security; however, he recognized that there are also passengers that wait in the area for long periods of time. Chairman Anderson reminded fellow Committee members that this location also serves meeters and greeters, employees, and other consumers. Mr. Engle concurred with Chairman Anderson s observations and added that Raw Juce s menu includes a variety of other items, such as salads, sandwiches and other healthy options. It was Mr. Engle s opinion that Raw Juce s menu and healthy options places them in the lead among the other proposed concepts. He further noted that he would place Freshens in second place; Red Mango in third place; and Nuts on Clark in fourth place. Mr. Friel concurred with Mr. Engle s observations. Following detailed discussion regarding the proposed concepts for the Pre-Security/Unit LS-C location, the Committee concurred that Delaware North had the strongest concept, followed by MCA; TGI; and SSP. Palm Court, Level 2, Unit A and Palm Court, Level 3, unit A-3, Casual Dining Ms. Conner-Harris reviewed the proposed concepts for this location, as follows: Proposer Concept Description of Concept Menu Items Price Range Delaware North Summer House Downstairs features a market with grab and go drinks, appetizers, breakfast, sandwiches and snacks; upstairs will feature a sitdown restaurant designed to feel like resort dining Breakfast $ $18.75 Appetizers $13.25 Salads $ $11.95 Kids Menu $5.95 Pastries & Cookies $3.95 Sandwiches $ $14.25 Dining $ $28.95 Tables Shares $ $21.95 Fountain Drinks/ Coffee/Tea $ $6.50 Wine Glass $ $13.50 Beer & Cocktails $7.00 $

69 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range MCA Rock & Brews Restaurant All-American brand serving wings, salads, hand-crafted burgers, BBQ, pizzas, glutenfree choices and low-calorie options; focus on local breweries with over 20 local brewery options; concept includes grab and go area but did not provide a menu list or pricing for these items Breakfast $ $11.00 Appetizers $ $13.20 Salads & Sandwiches Burgers & Entrees $12.65 $13.75 $ $18.15 Desserts $7.75 Sides $3.30 Kids Meal & Dessert $ $7.00 Beer $ $20.00 Wine Glass Wine - Bottle Specialty Drinks $ $13.50 $ $49.00 $ $13.00 Soft Drinks $3.95 SSP Rocco s Tacos Originating in West Palm Beach with a current operation in Orlando, Rocco s Tacos offers authentic Mexican cuisine, a vibrant atmosphere, handmade corn tortillas, breakfast tacos, fresh guacamole prepared table-side, and 70 different varieties of tequila Breakfast $ $13.50 Appetizers and Guacamole $ $13.00 Entrees $12.50 $

70 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range Kids Menu $6.50 Sides $ $13.00 Tacos $ $18.50 Wine and Beer $ $16.95 Specialty & Frozen Drinks, Margaritas Non-Alcoholic Drinks $ $27.00 $ $4.00 TGI Olive Garden Modern-day Italian cuisine with a focus on flavor, quality and choice; family friendly Breakfast No menu items or pricing is given for breakfast items. Appetizers $ $11.50 Entrees $ $17.95 Kids Menu Non-Alcoholic Beverages Alcoholic Beverages $1.00 and up No pricing is given for nonalcoholic beverage items. No pricing is given for alcoholic beverage items. Mr. Friel indicated that Summer House offered a strong and attractive menu; however, he expressed his concerns regarding the similarities between Summer House s and PGA Grill s menu, since PGA Grill was the selected concept during the South Terminal Complex, Food and Beverage Package 1 Concessions procurement, for an adjacent space. It was Mr. Friel s opinion that SSP s concept, Rocco s Tacos, is the one concept that stands out the most, because of its distinctive menu and atmosphere. Chairman Anderson observed that Rocco s Tacos has a limited menu. Chairman Anderson expressed his concerns regarding Rock and Brew s high energy atmosphere, which may work against other adjacent concepts in that location. Mr. Engle further observed that Olive Garden s concept is predictable and well-known, but not exciting. Following extensive discussion regarding the proposed concepts for the Palm Court/Level 2, Unit A and Palm Court/Level 3, Unit A-3 locations, Mr. Engle indicated that Delaware North had the strongest concept, followed by MCA; SSP; and TGI. Fellow Committee members concurred. 12

71 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Palm Court, Level 2, Unit M2, Quick Service Salads and Wraps Ms. Conner-Harris reviewed the proposed concepts for this location, as follows: Proposer Concept Description of Concept Menu Items Price Range Delaware North Greenbeat Build your own salads and bowls from a bounty of locally grown and sourced ingredients Custom and Signature Bowls Iced Tea/ Soda/Specialty Drinks/Kombucha $ $14.50 $ $5.50 MCA Greens & Grille Orlando local; fast-casual dining experience using fresh, all natural ingredients; specializing in salads, sandwiches, wraps, soups and sides Breakfast $ $6.00 Salads (add a protein) $ $9.99 (+$ $5.59) Kids Menu $4.99 Sandwiches $ $11.99 Hot Beverages $3.00 Cold Beverages $ $5.00 SSP Freshii Healthy food, salads, wraps, bowls, soups, burritos, juices and smoothies All Day Breakfast Soups, Salads & Wraps Juices, Smoothies, Frozen Yogurt Bowls & Burritos Healthy Snacks & Treats $ $7.00 $ $10.50 $ $6.00 $ $9.50 $ $7.00 Hot Drinks $ $4.00 Cold Drinks $ $4.25 TGI Just Salad Providing choice and creativity in personalized pizza creation, whole wheat crusts, organic options, house made dressings, gluten-free and vegan options Salads $ $

72 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Chairman Anderson indicated that Greenbeat is an appealing concept, which has earned local recognition and awards for their salads. It was Chairman Anderson s opinion that both Greenbeat and Freshii had a very interesting and expanded menu; however, Greenbeat presented a sharper concept. Mr. Friel observed that Freshii offers all day breakfast, whereas Greenbeat does not offer breakfast options. Mr. Engle agreed that Greenbeat and Freshii are the two strongest concepts; however, he gives the lead to Freshii because its menu offers breakfast. The Committee moved to discuss pros and cons between all four proposed concepts, and following extensive discussion, Mr. Engle observed that SSP demonstrated the strongest concept, followed by Delaware North; MCA; and TGI. Committee members concurred. Palm Court, Level 2, Unit M3, Quick Service / Fast-Service Pizza Ms. Conner-Harris reviewed the proposed concepts for this location, as follows: Proposer Concept Description of Concept Menu Items Price Range Delaware North Desano Pizzeria Simple, fresh and unprocessed ingredients to promote healthy eating; made to order pizza, calzones, gluten free options and kids menu Pizza $ $22.00 Calzones $ $15.00 Insalate (Gluten Free) $ $7.00 Desserts $ $4.25 Drinks $ $4.00 MCA Wolfgang Puck Pizza Build your own pizza concept from internationally award winning and recognized Wolfgang Puck; includes a grab and go section with sandwiches, pasta, soups, salads, snack boxes and baked goods; local impulse items of Stroopwafels, local hand-made chocolates and marshmallows Breakfast $ $15.00 Soups & Salads $ $12.50 Sandwiches $ $18.00 Pizza $ $16.00 Pasta $ $19.00 Grab and Go $ $15.00 Local Impulse Items $ $

73 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range SSP MOD Artisan-style, customized pizzas, fresh salads, sides, sweets, milkshakes, iced teas, lemonades, craft beer and premium wines, also includes grab and go offerings that include quinoa bowls, protein packs and fruit options Breakfast $ $8.47 Pizza $ $11.47 Grab and Go, Sides Drinks & Milkshakes $ $10.47 $ $3.77 Beverages $ $4.47 TGI Pieology Pizzeria Providing choice and creativity in personalized pizza creation, whole wheat crusts, organic options, house made dressings, gluten-free and vegan options Pizza $ $9.99 Salads $ $8.99 Sides & Sweets $5.99 Cold Drinks Price or details not provided on menu. Chairman Anderson opened the discussion by stating that the concept that captured his attention the most was Desano s Pizzeria, because of their fast service and opened kitchen concept. Mr. Engle pointed out that Desano s menu does not include breakfast items. Mr. Friel observed that MOD Pizza menu offers breakfast and a make your own concept. Mr. Friel also indicated that, due to the lack of information provided for Pieology Pizzeria, he was unable to completely evaluate the concept. Following thorough discussion regarding the proposed concepts and the differences between all concepts for the Palm Court/Level 2, Unit M3 location, Mr. Engle indicated that Delaware North had the strongest concept, followed by MCA; SSP; and TGI. Committee members concurred. North Concourse, Unit T, Deli Ms. Conner-Harris reviewed the proposed concepts for this location, as follows: Proposer Concept Description of Concept Menu Items Price Range Delaware North Cucina & Co. New York style deli, freshness and quality of their food is a key differentiator; they are committed to serving food that is fresh not frozen; the company behind this concept has multiple operations at Disney Breakfast $ $6.95 Breakfast cups Sandwiches & Salads $ $9.95 $ $

74 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range Sides $ $7.00 Snack Boxes $ $11.95 Drinks $ $4.00 MCA Swine & Sons Provisions Winter Park local concept offering; southern style food including house-cured charcuterie sandwiches and salads, cured meats, seasonal sides such as beets and goat cheese, signature mac and cheese; fresh and local ingredients Breakfast $ $13.00 Salads & Sandwiches $ $13.00 Sides $ $7.00 Snacks In a Box $ $11.00 Kids Meal $ $7.00 Baked Goods $ $9.00 Coffee $5.00 SSP Upper Crust Features European-style baguettes filled with premium, quality ingredients and other grab and go items Bottled $ $6.00 Water, Juices, Sodas, Kombucha Tea, Arnold Palmer Breakfast $7.50 $8.50 Sandwiches, Wraps & Salads $ $10.50 Sweets & Snacks $ $6.50 Kids Menu $4.99 TGI Jersey Mikes Subs Deli concept with authentic Jersey bread, locally shipped produce and fresh meats and cheeses sliced in front of the customer Cold Subs Hot Subs Price not provided on menu. Price not provided on menu. 16

75 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Concept Description of Concept Menu Items Price Range Sub in a Tub Kids Meal Chips N Drinks Chicken Cheese Steaks Wraps Price not provided on menu. Price not provided on menu. Price not provided on menu. Price not provided on menu. Price not provided on menu. Mr. Friel indicated that the two concepts that stood out the most were Cucina & Co. and Swine & Sons Provisions, followed by Upper Crust and Jersey Mikes Subs. Chairman Anderson inquired how Mr. Friel arrived to that conclusion. Mr. Friel responded that based on the proposed menu, he was able to determine the two top concepts. He further indicated that Upper Crust s and Jersey Mikes Subs concept are less appealing. Chairman Anderson expressed his concerns regarding some of Swine & Sons Provisions prices and stated that being cost conscious for traveling families is very important. Following detailed discussion regarding the proposed concepts for the North Concourse, Unit T location, Mr. Friel stated that Delaware North had the strongest concept, followed by MCA; SSP; and TGI. The Committee members concurred. Chairman Anderson directed Committee members to rank the firms based on the firms overall concept and reiterated that the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Adequate (A), Less Than Adequate (LA) and Unacceptable (U). Chairman Anderson then directed the Committee members to rank the Proposers based on their proposed concepts, quality, variety and price range. After further discussion and evaluation, the Committee concurred ranking in this category as follows: Proposer Delaware North MCA SSP TGI Ranking O VG VG A Concession Improvements: Ms. Conner-Harris proceeded to review the evaluation of the proposed improvements as follows: Delaware North - Delaware North proposed a total initial investment in improvements of $7,195,951, which exceeds the minimum per square foot investment required. MCA - MCA proposes an initial investment in improvements in the amount of $8,225,000, which exceeds the minimum per square foot investment required. SSP - SSP proposes an initial investment in improvements in the amount of $8,472,524, which exceeds the minimum per square foot investment required. TGI - TGI proposes an initial investment in improvements of $8,036,000, which exceeds the minimum per square foot investment required. 17

76 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Ms. Rivero stated that Schenkel Shultz reviewed the submittal packages for design intent and conducted their review without reference to any financial or operational information contained in the Proposals. The only information that was considered was that which was pertinent to the proposed design. Ms. Rivero presented an overview of the findings for this category, as follows: Delaware North MCA 1. Adjacent Locations: LS-B Harvest & Grounds & LS-C Raw Juice (30 seats total) The proposed design for both locations is transparent and open with a seating partition between the two concessions spaces. Both concepts work well within its context in the Landside location and takes into consideration the design duality and circulation desired between both spaces. 2. A & A-3: Summer House Orlando (120 seats total) Located adjacent to the Palm Court, the concept works well with the overall design elements that are a signature of The Orlando Experience through the use of light and airy material that adds warmth to the space through the use of wood and added landscape throughout the restaurant. The overall relaxed feel of the restaurant is indicative of the vacation aspect of visiting Orlando. However, some additional color could be of benefit to create areas of interest to highlight spaces that will help draw passengers into the restaurant. The number of seating provided is 120. This is set up as more leisure and family style seating that could use some refinement in order to maximize available capacity. 3. Adjacent Locations: M2 Greenbeat & M3 Desano Pizzeria (27 seats total) The proposed design concept for both locations works well and considers the adjacencies and allows passengers to freely flow from one location to the other. The use of the finishes properly speaks to the brands while maintaining some neutral elements that are able to relate to the feel of the Palm Court in the Airside Hub. 4. T: Cucina & Co This space proposes a completely open area without an enclosed back of house consisting of a grab and go area and a counter area where orders can take place while providing a very transparent ceiling that ties both spaces. This allows passengers to approach the space from a multitude of sides. The design maximizes visibility for passengers down the concourse and is appropriate for its location. The materiality works well with terminal finishes. 1. Adjacent Locations: LS-B Barnie s Coffee & LS-C Freshens The proposed design concept works well within the context of the Landside Town Square. The design of this concession space and the one adjacent to it (LS-C) are complimentary to each other. The use of wood as a trellis/roof condition works well to bring warmth into the space. There is available queueing space within both locations that also allows passengers to easily flow from one concept to the adjacent concept. The use of color to enhance the visibility of the space is used with consideration of terminal finishes and branding for a very successful design intent. 2. A & A-3: Rock & Brews (195 seats total) - The proposed design for this location uses lighting and bright imagery to provide a high energy concept complimentary to adjacent retailers in the Palm Court while maximizing seating capabilities within the restaurant. The bar placement is located appropriately to allow passengers to properly view this area when entering the Palm Court. 3. Adjacent Locations: M2 Greens & Grille M3 Wolfgang Puck Pizza (34 seats total) - The proposed design for these two concepts does not place much focus on connectivity between concepts. However, the use of seating within the Greens & Grille provides a good amount of seating for customers within their space while providing a color palette that is light and inviting, and gives depth to the space. The Palm Court facing wall currently designed as a green wall with additional signage for Greens & Grille could be better utilized to provide the needed transition from one space to the adjacent location. 18

77 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING SSP 4. T: Swine & Sons The design for the proposed wall unit along the concourse has a back of house area that minimizes visibility down the concourse. Considering its location, more transparency would be desired in order to maintain open views through to the North Concourse. However, queuing area has been established along the counter, which helps maintain the concourse circulation clear. The use of wood along the soffit adds warmth to the space. 1. Adjacent Locations: LS-B Dunkin Donuts & LS-C Nuts on Clark The proposed concepts for this location work as very separate entities. The proposed full height walls that separate the concepts and amount of back of house also minimizes the desired transparency for this particular location that would otherwise allow passengers to have better views throughout this area. Both spaces appear to be very focused on branding with limited incorporation of materiality that considers context. The use of wood in the Dunkin Donuts location does help provide some warmth to the space. 2. A & A-3: Rocco s Tacos (224 seats) - The proposed design for this two story location has a strong bar element connecting both floors and creating a double height space that provides interest from the exterior as well as the interior of the space. This proposed design also properly uses the space in order to maximize seating. The material palette provided in the first level is bright and inviting. However, the second level renderings appears dark in contrast and may need further development for a cohesive interior design. Elements such as the metal railing separating the Palm Court from the store entry does not incorporate well into the hub. This could also be further refined to work with the hub. 3. Adjacent Locations: M2 Freshii & M3 MOD Pizza - The proposed concept for this space seems to be lacking intrigue and materiality for a more interesting and appealing design. The utilization of the space does not maximize the potential to create seating within, as well as create depth. The materiality proposed could benefit from some added warmer color. There is little connectivity to the adjacent space and to the hub. 4. T: The design for the proposed wall unit along the concourse has a back of house area that minimizes visibility down the concourse. Considering its location, more transparency would be desired in order to maintain open views through to the North Concourse. The use of wood along the soffit adds warmth to the space. In order to prevent any disruption of circulation down the concourse, queue availability with the lease line would be preferred. TGI 1. Adjacent Locations: LS-B Illy & LS-C Red Mango Fresh Market From the floor plan provided it appears that the two concepts do not communicate with each other and are separated by full height walls. This minimizes the desired transparency of this space due to its specific location central in the Town Square. Although the color concept for both brands do work well together, they do not take into consideration a material palette that helps both concepts connect to the terminal. 2. A & A-3: Olive Garden minimum requirements for submission have been met. From the floor plan, it appears they have maximized the area for seating. However, a final seat count was not provided. Limited submission renderings does not allow the design team to further comment on any additional elements of design. 3. Adjacent Locations: M2 Just Salad & M3 Pieology The proposed design for these two locations does not propose to create any connection between the two concepts. Both locations do provide internal seating and ability for passengers to queue inside their space. 4. T: Jersey Mike s The design for the proposed wall unit along the concourse has a back of house area that minimizes visibility down the concourse. Considering its 19

78 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING location, more transparency would be desired in order to maintain open views through to the North Concourse. Chairman Anderson reiterated the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Adequate (A), Less Than Adequate (LA) and Unacceptable (U). Following extensive discussion regarding the proposed concession improvements, Chairman Anderson directed the Committee members to rank the Proposers. The Committee concurred on the following ranking in this category: Proposer Delaware North MCA SSP TGI Ranking O O VG A Financial Return to the Aviation Authority Ms. Conner-Harris read the following information for the proposed financial return by each Proposer: Delaware North Proposer presented a pro forma income statement. Delaware North proposes to pay the Aviation Authority 19% percent of Gross Receipts of food and nonalcoholic beverages sales. (Overall pro forma $238,744,500 in sales = $4.5 million revenue to the Aviation Authority) MCA - MCA proposes to pay the Aviation Authority 18% percent of Gross Receipts of food and non-alcoholic beverages sales. (Overall pro forma $167,732,303 in sales = $3.02 million revenue to the Aviation Authority) SSP - SSP presented a pro forma income statement, generally consistent with three other proposers. SSP proposes to pay the Aviation Authority 20% percent of Gross Receipts of food and non-alcoholic beverages sales. (Overall pro forma $213,228,475 in sales, of which $13.6 million is attributed to Nuts on Clark with popcorn on the menu = $4.72 million revenue to the Aviation Authority, inclusive of Nuts on Clark full pro forma) TGI - TGI presented a pro forma income statement. TGI proposes to pay the Aviation Authority 19% percent of Gross Receipts of food and non-alcoholic beverages sales. (Overall pro forma $170,497,118 in sales = $3.2 million revenue to the Aviation Authority) Chairman Anderson reiterated the scale for ranking to the Committee members, as follows: Outstanding (O), Very Good (VG), Adequate (A), Less Than Adequate (LA) and Unacceptable (U). Chairman Anderson then directed the Committee members to rank the Proposers. Following discussion regarding the proposed financial return for each Proposer, the Committee concurred ranking in this category as follows: Proposer Delaware North MCA SSP TGI Ranking O A O A Chairman Anderson summarized all the ratings for the Proposers by category. He indicated that all four Proposers were rated satisfactory in the categories of Financial Capability, Reputation, and ACDBE Participation. Ratings for the additional categories (Demonstrated Experience and Qualifications; Customer Service and Marketing; Concepts and Quality, Variety and Price Range of Items; Concession Improvements; and Financial Return to the Aviation Authority) were summarized, as follows: 20

79 DRAFT MINUTES OF THE SEPTEMBER 10, 2018 CONCESSIONS/PROCUREMENT COMMITTEE MEETING Proposer Outstanding Very Good Adequate Less than Adequate Unacceptable Delaware North MCA SSP TGI Upon motion by Mr. Engle, second by Mr. Friel, vote carried and motion passed to approve the ranking of the four proposers for the STC Food and Beverage Package 2 Concession as follows: First: Second: Third: Fourth: DN MCO STC F&B, LLC (Delaware North) SSP America MCO, LLC (SSP) MCA STC JV, LLC (MCA) The Grove Flying Concession MCO JV, LLC (TGI) ADJOURNMENT 4. Chairman Anderson asked if there was further business to discuss before the Committee. Having no further business to discuss, Chairman Anderson adjourned the meeting at 4:10 p.m. The next scheduled CPC meeting will be held on Monday, September 24, 2018 at 1:30 p.m. in the Carl T. Langford Board Room. [Subsequent to the adjournment of the meeting, the Concessions/Procurement Committee meeting scheduled for September 24, 2018, was cancelled. Next meeting is scheduled for October 8, 2018.] (Digitally signed on ) Larissa Bou Recording Secretary Raymond Anderson Chairman 21

80 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Approve an Adjustment to the Air Service Incentive Program (ASIP) BACKGROUND The ASIP was established by the Board in 2014 as an air service development tool to allow the Aviation Authority to actively recruit both passenger and cargo airlines offering new service to targeted domestic and international destinations. The ASIP has since proven to be successful in helping the Aviation Authority to enhance its global network which currently stands at 157 non-stop destinations, an increase of 40 markets since the ASIP started, 24 of which have been incentivized. ISSUES The program was audited internally last year resulting in a number of revisions that were approved earlier this year by the Aviation Authority Board. An additional revision is now requested in order to keep the program aligned with current airline practices and to better suit the markets being incentivized. The proposed revision does not change the overall framework of the ASIP, and the changes are beneficial to both the airlines and to the administration of the program. The proposed revision would replace the number of flights requirement of at least once per week for a minimum of twenty-four (24) consecutive months with 104 flights within a twenty-four (24) month period without any breaks in service exceeding 45 days. ALTERNATIVES None. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to approve the proposed change to the Air Service Incentive Program (ASIP) to 104 flights within a twenty-four (24) month period without any breaks in service exceeding 45 days. CONSENT AGENDA ITEM U -

81 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Raymond D. Anderson, Esq., Chairman, Concessions/Procurement Committee DATE: October 10, 2018 ITEM DESCRIPTION Recommendation of the Concessions/Procurement Committee to Approve the First Renewal Option and Approve a Third Amendment to Purchasing Contract 01-16, Federal Inspection Stations Customer Service and Support Staff Services, with Baggage Airline Guest Services, Inc. BACKGROUND Purchasing Contract 01-16, Federal Inspection Stations (FIS) Customer Service and Support Staff Services (Contract), with Baggage Airline Guest Services, Inc. (BAGS), requires BAGS to provide all labor, management, materials, equipment and supplies, and all other items and services necessary, to provide FIS Customer Service and Support Staff Services at the Orlando International Airport. The Purchasing Contract was approved by the Aviation Authority on October 21, 2015, with an effective date of February 1, 2016, for an initial term of three years with two one-year renewal options, at the election of the Aviation Authority, at an initial cost of $8,764, The initial term of the Contract is currently scheduled to expire on January 31, On June 15, 2016, the Aviation Authority approved an Amendment to the Contract for an additional amount not-to-exceed $2,082, to provide additional staff to support the Aviation Authority s Continuity of Operations Plan for Airsides 1 and 3 Automated People Mover replacement, Airside 4 renovation and Main Ticket Lobby. On March 15, 2017, the Aviation Authority Board approved a Second Amendment to the Contract for an additional amount not-to-exceed $4,485, to provide additional staff to continue support through the estimated completion date of each project. ISSUES Staff is requesting approval of a Third Amendment to the Contract for an additional amount not-to-exceed $788, to provide additional staff required to support the increase in international flights and to assist Customs and Border Protection service the additional FIS locations constructed on Airside 4 (Third Amendment). To that end, Staff also recommends approval of the First Renewal Option of the Contract through January 31, 2020 (First Renewal Option). BAGS has agreed to abide by all terms and conditions of the existing Contract, subject to a 3.2% CPI hourly rate adjustment provided for under the terms of the Contract. The actual amount paid by the Aviation Authority will be dependent on the actual work requested, performed and approved by the Aviation Authority. The value of the First Renewal Option is an amount not-toexceed $4,660, CONSENT AGENDA ITEM V

82 The Contract includes a Minority and Women Business Enterprise participation goal of 25% and a Local Developing Business participation goal of 4.6%. Staff has confirmed that BAGS is currently meeting each of the participation goals. As a result, on September 10, 2018, the Concessions/Procurement Committee recommended approval of the First Renewal Option and approval of a Third Amendment to Purchasing Contract 01-16, Federal Inspection Stations Customer Service and Support Staff Services, as presented. ALTERNATIVES None. FISCAL IMPACT The fiscal impact of approval of the First Renewal Option and approval of a Third Amendment is an amount not-to-exceed $4,660, and $788,300.00, respectively. Funding required in the current and subsequent fiscal year will be allocated from the Operation 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 Concessions/Procurement Committee s recommendation to (1) approve the First Renewal Option for Purchasing Contract in an amount not to exceed $4,660,864.00, (2) approve a Third Amendment to Purchasing Contract 01-16, in an amount not to exceed $788,300.00, (3) authorize funding from the Operation and Maintenance Fund in an amount not-to-exceed $5,449,164.00, and (4) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel.

83 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Approve the Third Amendment to the Real Estate Purchase, Land Development and Management Agreement (the Agreement ) by and between the Aviation Authority, City Of Orlando (the City ) and Tavistock Development Company (Tavistock) Related to the Poitras Property BACKGROUND The Aviation Authority approved the Real Estate Purchase, Land Development and Management Agreement (the Agreement ), with an effective date of March 7, 2017, at its meeting on December 14, Under the Agreement, Tavistock is to purchase from the Aviation Authority and City approximately 782 acres of the Poitras Property for residential development (the Residential Property ) and acres of property subject to a conservation easement (the Conservation Easement Property ). The Agreement also contained a Development and Management Agreement relating to the western property (the Authority Development Property ) that is approximately 680 acres. The Agreement granted to Tavistock an option to purchase the Authority Development Property. The Agreement was as amended by that certain First Amendment to the Real Estate Purchase, Land Development and Management Agreement dated June 8, 2017 and that certain Second Amendment to the Real Estate Purchase, Land Development and Management Agreement dated December 7, The parties closed on the Residential Property and the Conservation Easement property on May 16, ISSUES The Parties have been focused on the closing of the Residential Property, Conservation Easement Property as well as a significant post-closing permitting exercise contemplated by the Second Amendment. As such, the Third Amendment to the Real Estate Purchase, Land Development and Management Agreement amends the Agreement by extending the deadline within which Tavistock and the Aviation Authority must obtain and deliver appraisals of the Authority Development Property. The Third Amendment also clarifies the restriction relating to residential development by acknowledging the Aviation Authority s consent, subject to Federal Aviation Administration approval, to allow residential development on approximately the southern third of the Authority Development Property. ALTERNATIVES None. CONSENT AGENDA ITEM W -

84 FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to: (1) approve the Third Amendment to the Real Estate Purchase, Land Development and Management Agreement; (2) seek approval of the same from the City of Orlando; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all documents related to the Third Amendment to the Real Estate Purchase, Land Development and Management Agreement with Tavistock Development Company; subject to satisfactory review by legal counsel.

85 ROAD F 2.40 AC ASD AC ASD AC ROAD D 1.47 AC ASD AC ASD AC PARK 3.72 AC POND AC ASD AC ASD-F AC REGIONAL R.O.W AC Master Plan Concept Poitras property LAKE NONA City of Orlando, Florida ASD-T 6.58 AC ASD-T AC ASD-T 7.31 AC PARK AC ASD-T AC ASD-T AC ASD-T AC ROAD C 2.14 AC ASD-F AC ASD-T AC PARK 3.03 AC ASD-F AC ASD-F AC PCN-W 7.79 AC ROAD B 7.96AC REGIONAL R.O.W AC PCN-W AC PCN-U AC PARK AC ASD-F AC PCN-W 8.55 AC PCN-U AC ROAD A AC REGIONAL R.O.W AC PARK 5.54 AC PARK 2.16 AC SFR AC CIVIC AC PCN-U AC PARK 4.82 AC SFR AC PCN-W AC PCN-W AC PCN-W 2.99 AC PARK AC PCN-W AC SFR AC PARK 5.07 AC SFR AC POND AC REGIONAL R.O.W AC MFR AC VC 7.69 AC VC AC POND AC MFR AC PROPOSED LAND USE PROGRAM LEGEND AIRPORT SUPPORT DISTRICT (ASD) AIRPORT SUPPORT DISTRICT TRANSIT (ASD-T) AIRPORT SUPPORT DISTRICT FLEX (ASD-F) VILLAGE CENTER (VC) MULTI-FAMILY RESIDENTIAL (MFR) SINGLE FAMILY RESIDENTIAL (SFR) PARK POND CIVIC PRIMARY CONSERVATION NETWORK WETLAND (PCN-W) PRIMARY CONSERVATION NETWORK UPLAND (PCN-U) ROAD E AC Scale in Feet Prepared For: Lake Nona Land Company, LLC Prepared By: 17 June 2013

86 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 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 Turner-Kiewit Joint Venture, for Project Bid Package (BP) No. S00147, South Terminal C, Phase 1 Landside Terminal, Remaining Structure and Systems (GMP No. 7-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 up to 24 airline gates and a landside terminal with both secure and non-secure areas, and may include, but is not limited to: all associated improvements and infrastructure required or related thereto, such as site work, roadways, aprons, runways, taxiways, other airfield work, utilities, landscaping, lighting, walkways, pedestrian bridges, expansion of the parking garage, a new and/or expanded chiller plant, aircraft loading bridges, and all interior design, such as concessions planning, ticketing, and security improvements, and baggage handling systems. The Program may include expansion of existing facilities and structures in the South Airport Automated People Mover (APM) Complex Program and the Intermodal Terminal Facility (ITF) Program and will require interfacing and integration with both of these programs and other ground infrastructure, transportation facilities, and improvements. On May 18, 2016, the Aviation Authority Board approved the award of a Construction Management at Risk (CM@R) Services Agreement to Turner-Kiewit Joint Venture for the South Terminal C, Phase 1, Program at the Orlando International Airport. A no-cost base agreement was executed on January 11, 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 CONSENT AGENDA ITEM X

87 unforeseen circumstances relating to construction of the project, except when deemed the responsibility of the Owner in accordance with the Agreement, 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 Bond rate set forth in the Contract is 0.664%, and The Fee covers the s overhead, profit and all other costs not reimbursable under the Contract. For Turner-Kiewit Joint Venture, the Fee is 4.211%. Cost of allowances, contingencies and insurance will not be incurred until approved by the Aviation Authority. ISSUES GMP No. 7-S.1 for South Terminal C, Phase 1, has been negotiated with Turner-Kiewit Joint Venture for BP No. S00147, South Terminal C, Phase 1 Landside Terminal, Remaining Structure and Systems (GMP No. 7-S.1) at the Orlando International Airport, for a total GMP amount as shown below. The scope of BP No. S00147 provides the remaining structure and systems for the Landside Terminal, including, but not limited to, precast, masonry, miscellaneous metals, waterproofing and caulking, roofing, applied fireproofing, skylights, interior glass and glazing, doors, frames and hardware, drywall, framing and stucco, metal wall panels, miscellaneous metals, fire protection, and low voltage. Turner-Kiewit Joint Venture proposes these services for the following compensation: Direct Cost of Work $ 145,060,954 Unbought Scope $ 1,827,324 Allowances* ($ 4,856,957) CM@R Contingency $ 5,681,253 Owner Contingency $ 3,550,783 SUBTOTAL: $ 151,263,357 Perf. & Payment Bond (0.664% of GMP Contract Value) $ 1,053,977 Fee (4.211%) $ 6,414,083 Total GMP Addendum Cost: $ 158,731,417 *Some value engineering items are included as allowances, to be applied to the subcontract bid values. The schedule included in the GMP proposal provides for the BP No. S00147 substantial completion date of February 28, 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. Turner-Kiewit Joint Venture is committed to achieving 20.9% MWBE and 4.4% LDB/VBE participation on this GMP for construction services. Turner-Kiewit Joint Venture remains committed to exceeding 20% MWBE and 4% LDB/VBE participation for construction services for the overall South Terminal C Program. On October 2, 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 Turner-Kiewit Joint Venture for BP No. S00147, South Terminal C, Phase 1 Landside Terminal, Remaining Structure and Systems (GMP No. 7-S.1) at the Orlando International Airport, as outlined above. ALTERNATIVES None.

88 FISCAL IMPACT The fiscal impact is $158,731,417. Funding is from Customer Facility Charges, Passenger Facility Charges, General Airport Revenue Bonds, and the Aviation Authority s Line of Credit to be reimbursed by future Passenger Facility Charges and future General Airport Revenue Bonds 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 Addendum to the Construction Management at Risk Services Agreement for the South Terminal C, Phase 1, with Turner-Kiewit Joint Venture for BP No. S00147, South Terminal C, Phase 1 Landside Terminal, Remaining Structure and Systems (GMP No. 7-S.1), for a total negotiated GMP amount of $158,731,417, which includes $145,060,954 for Direct Cost of Work, $1,827,324 for Unbought Scope, ($4,856,957) for Allowances, $5,681,253 for CM@R Contingency, $3,550,783 for Owner Contingency, $1,053,977 for P&P Bonds (0.664%), and a maximum fee amount of $6,414,083 (4.211%), with funding from Customer Facility Charges, Passenger Facility Charges, General Airport Revenue Bonds, and the Aviation Authority s Line of Credit to be reimbursed by future Passenger Facility Charges and future General Airport Revenue Bonds 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.

89 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chief Operating Officer DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Approve the Encroachment Agreement by and between the Aviation Authority, the City of Orlando, and Florida Gas Transmission Company, LLC BACKGROUND Florida Gas Transmission Company, LLC (FGT) is the holder of an easement granted in 1967 prior to establishment of the airport. The easement bisects the Orlando International Airport Property from east to west. FGT operates a high pressure natural gas main within said easement. ISSUES To meet the requirements of renovating the HBJ Warehouse, a new water main is required and must come from the south. Any route from the south requires a crossing of the FGT easement. FGT has a standard Encroachment Agreement which is designed to provide the rules and regulations and necessary coordination to accomplish work within the easement and in the vicinity of the high pressure gas line. FGT did accept amendments to the agreement to accommodate the Aviation Authority. FGT has reviewed and approved the Aviation Authority plans for its work within the FGT easement and same are attached to the Encroachment Agreement. In the event that FGT needs to relocate the Aviation Authority improvements within the easement, it will do so at the Aviation Authority s cost. The Encroachment Agreement contains an indemnity provision wherein the Aviation Authority will indemnify FGT from damages, costs and expenses resulting from installation, construction, use, maintenance or repair of the Aviation Authority improvements within the easement area. This indemnity includes environmental issues caused by a release resulting from the Aviation Authority activities inside the easement. FGT is required to test the high pressure gas line pursuant to federal guidelines. The Aviation Authority has previously granted a construction license to provide for some additional work space adjacent to its easement. The Encroachment Agreement provides for these necessary licenses being granted by the Aviation Authority in the future, subject to agreement as to environmental insurance, best practices and other terms required by the Aviation Authority. CONSENT AGENDA ITEM Y -

90 ALTERNATIVES None. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board (1) approve the Encroachment Agreement with Florida Gas Transmission Company, LLC; (2) request Orlando City Council approval of the Encroachment Agreement; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute all documents related to the Encroachment Agreement, subject to satisfactory review by legal counsel.

91 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Brad Friel, Director of Planning DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Change Name of AirTran Blvd and Northern Portion of Lindy Circle to Low Fare Lane BACKGROUND AirTran Boulevard and Lindy Circle are adjacent to Tradeport Drive and provide access to Southwest Airlines training headquarters building. Southwest Airlines acquired AirTran Airways in 2011 and has requested that the Greater Orlando Aviation Authority change the road name to remove reference to AirTran Airways from its address. ISSUES In recognition that AirTran Airways no longer operates at Orlando International Airport, it is recommended that the Aviation Authority initiate the process to rename AirTran Blvd and the northern portion of Lindy Circle to Low Fare Lane. The Aviation Authority has authorization to implement this change. This action will not impact other tenants. Subsequent coordination with City and County staff to ensure integration with public utility and emergency response databases will be required. ALTERNATIVES None. FISCAL IMPACT None. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolve to rename AirTran Blvd and the northern portion of Lindy Circle to Low Fare Lane ; and authorize an Aviation Authority Officer or the Chief Executive Officer to execute the necessary documents following satisfactory review by legal counsel. CONSENT AGENDA ITEM Z -

92 EXISTING LINDY CIR. 362' TRADEPORT DRIVE PROPOSED NAME LOW FARE LANE PROPOSED NAME LOW FARE LANE 550' EXISTING AIRTRAN BLVD. TRADEPORT DRIVE EXECUAIR ST. 10/4/2018 T:\Transfer\Kimberly\Misc Projects\Karen Block\Street Name Change Low Fare Lane\LOW FARE LANE.dwg GREATER ORLANDO AVIATION AUTHORITY MCO ORLANDO INTERNATIONAL AIRPORT GOAA PLANNING & ENGINEERING LEGEND EXISTING LINDY CIR. EXISTING AIRTRAN BLVD. PROPOSED NAME LOW FARE LANE AERIAL DATE: NOVEMBER 2016 GRAPHIC SCALE IN FEET 0 W N S E NTS KEY MAP TITLE STREE NAME CHANGE LOW FARE LANE REVISION HISTORY DATE CHANGE 10/4/18 LAST REVISED FREEZONE ST. PROJECT NO.: REQUESTED BY: DRAWN BY: CHECKED BY: DATE CREATED: REFERENCE INFO P-7077 KB KP PS 11/3/17 SHEET NO. 1 OF 1

93 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Approve Amendment to PS-443 Hotel Asset Management Services with Pinnacle Advisory Group, Inc. BACKGROUND On October 1, 2015, the Aviation Authority approved a 3 year agreement having options to renew the contract for 2 additional periods of one year each with Pinnacle Advisory Group, Inc. (Pinnacle) The current contract expires on September 30, This Agreement requires Pinnacle to provide hotel asset management services to the Aviation Authority for the hotel property located at the Orlando International Airport, which may include monitoring and assessing the hotel s compliance with existing contracts, licenses, and leases (including management agreement); monitoring, analyzing, and making recommendations concerning the hotel s business operations, financial performance, accounting and reporting practices, operating capital expenditure and other budgets, and marketing and business plans such as conducting market analysis and monitoring market conditions to identify opportunities for the hotel; conducting regular communication with the executive staff of the Aviation Authority concerning the hotel operations; reviewing and assisting with the negotiated purchasing decisions for the hotel; and attending meetings with the hotel staff as necessary to effectuate any of the above. The agreement between the Aviation Authority and Pinnacle approved by the Board permits modifications and increasing the scope of services by written addendum signed by both parties. This contract does not include a Minority and Women Business Enterprise (MWBE) or Local Developing Business (LDB) participation requirement, due to the limited scope of work. ISSUES Under the proposed Amendment, it is requested that Pinnacle assist the Aviation Authority with the solicitation, evaluation, consideration of, and negotiation for additional hotel opportunities and proposals, including ownership, management, cost and operational issues, for hotels to be constructed and operated on property located at the Orlando International Airport. Consultant shall provide to the Aviation Authority reviews, updates, reports, or any other documentation that evaluates such opportunities and proposals as directed by the Aviation Authority and such reviews, updates, reports, or other documentation shall be in the form, include the content, and be provided by the date and in the manner requested by the Aviation Authority. ALTERNATIVES None. CONSENT AGENDA ITEM AA -

94 FISCAL IMPACT The Aviation Authority will pay a professional consultant fee in the amount of the hourly rate of the Pinnacle employees who provide such Services to the Aviation Authority. The aggregate fees payable shall not exceed the Chief Executive Officer s discretion with respect to professional services ($250,000), plus any separate not-to-exceed amounts approved by the Aviation Authority. Funding is from the Operations and Maintenance Fund. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board resolves to: (1) accept the Chief Executive Officer s recommendation to approve an amendment to Purchasing Agreement PS-443, Hotel Asset Management Services with Pinnacle Advisory Group, Inc. to expand its scope as outlined in the memorandum; (2) authorize funding from the Operation and Maintenance Fund in the not-to-exceed amount of $250,000 plus any separate not-to-exceed amounts approved by the Aviation Authority; and (3) authorize an Aviation Authority Officer or the Chief Executive Officer to execute an Amendment, following satisfactory review by Legal Counsel.

95 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stan Thornton, Chief Operating Officer DATE: October 10, 2018 ITEM DESCRIPTION Recommendation to Approve a Non-Binding Comprehensive Partnership: Letter of Intent with Orlando Utilities Commission BACKGROUND On September 22, 2017, the Aviation Authority and the Orlando Utilities Commission (OUC) entered into an Interlocal Agreement which recognized the strengths of both parties and outlined a partnership allowing the parties to capitalize on their strengths. Pursuant to the Interlocal Agreement, the Aviation Authority is to identify projects that could expand the current utility partnership beyond the traditional power and water services. The Aviation Authority staff have identified the South Terminal Complex (STC) and the Automated People Mover/Intermodal Terminal Facility (APM/ITF) as eligible projects under the Interlocal Agreement. The goal of the Interlocal Agreement is to negotiate a series of agreements to be presented to the Boards of both entities for approval as a comprehensive transaction structure. ISSUES The next step in the process of this expanded partnership is to enter into a Letter of Intent that outlines the specific areas that utilize OUC s specialized resources. In the STC and APM/ITF projects those resources include the construction, operation and maintenance of portions of the: Back-up Generation and Emergency Distribution Services, Central Energy Plan Services, Sustainability Initiatives (solar energy facilities and electric vehicle charging program) The Aviation Authority desires to utilize OUC core competencies to provide the above services allowing the Aviation Authority to focus on operating a world class airport. The Transaction Structure is as follows: The Aviation Authority will fund the engineering, procurement and construction of the Projects. OUC will design, engineer, permit and construct the 12KV electrical distribution system and solar facilities at MCO. Upon entering into a final agreement, OUC will reimburse the Aviation Authority for all current progress payments to the Construction Managers made to date and assume financial responsibility for the remaining work in progress payments for the Projects. The Projects cost are currently estimated at $59,000, OUC will waive the system development and connection charges in the amount of $2,900, The Aviation Authority will only be required to make additional capital improvements upon the Aviation Authority s agreement. NEW BUSINESS AGENDA ITEM A

96 Upon substantial completion of the Projects by the Aviation Authority and full reimbursement of the Project costs by OUC, OUC will assume operation and maintenance of the Projects as well as risk of loss. The Aviation Authority will make monthly payments to OUC over the next twenty years with two components, a variable maintenance charge and a fixed capacity charge. The variable maintenance charge is to be a pass through where OUC charges the Aviation Authority an amount equal to its costs to operate the Projects. The Capacity Charge is fixed, with annual increases based on a percentage of CPI to cover the capital costs associated with Project. The agreement may be terminated by either party after year ten (10). All payments will be subordinate to all Aviation Authority debt payments. OUC will operate and monitor the Central Energy Plant from on-site 24/7/365. The onsite operators will be trained in initial troubleshooting of the backup generation facilities. OUC has agreed to provide minimum response times in the event of a shut down or loss of power to the backup generation facilities of 30 minutes. The Aviation Authority s consultant, Spencer Consulting Services, has reviewed the transaction and has determined that the proposed fees are below similar fees charged by OUC for other chilled water facilities in Central Florida. ALTERNATIVES The Board could choose to direct staff not to pursue these agreements and to either outsource these services or hire qualified staff to maintain the CEP, back up generation and energy distribution services. FISCAL IMPACT The fiscal impact will be determined through analysis of the final agreements resulting from this Letter of Intent and will be disclosed to the Board at that time. RECOMMENDED ACTION It is respectfully requested that the Aviation Authority Board (1) approve the Comprehensive Partnership: Letter of Intent by and between the Greater Orlando Aviation Authority and the Orlando Utility Commission; (2) authorize an Aviation Authority Officer or the Chief Executive Officer to execute the Letter of Intent; (3) authorize Authority staff to negotiate a series of agreements as contemplated by the Letter of Intent; and (4) obtain Aviation Authority Board approval at a future Board meeting for the final agreements.

97 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: October 10, 2018 ITEM DESCRIPTION Notification of Chief Executive Officer Approvals for October Board Meeting BACKGROUND The attached list represents contracts executed by the Chief Executive Director requiring notification to the Board. In addition, the following list represents contract(s) recommended by the Professional Services Committee (PSC) to be executed by the Chief Executive Officer requiring notification to the Aviation Authority Board: Approval of an Addendum to the Information Consulting Services Agreement with Advanced IT Concepts, Inc. for Fiscal Year (FY) 2019 Information Systems Staff Augmentation Project Coordinator Support Services, for the total not-to-exceed fee amount of $140,832, with funding from Operations and Maintenance Fund, and Advanced IT Concepts, Inc. proposes 92.7% MWBE participation on this addendum. [Reference PSC meeting held September 18, 2018, Agenda Item No. 6]. Approval of an Addendum to the Airport Consulting Services Agreement with LeighFisher, Inc. for Fiscal Year (FY) 2019 On-Call Financial General Advisory Services to the Finance Department, for the total amount of $112,708, which includes a not-to-exceed fee amount of $112,060 and a not-to-exceed reimbursable expense amount of $648, with funding from Operations and Maintenance Fund, and LeighFisher, Inc. proposes 12.0% MWBE participation on this addendum. [Reference PSC meeting held September 25, 2018, Agenda Item No. 5]. Approval of an Addendum to the Airport Consulting Services Agreement with Ricondo & Associates, Inc. for Fiscal Year (FY) 2019 On-Call Miscellaneous Financial Planning Services to the Finance Department, for the total not-to-exceed fee amount of $50,000, with funding from Operations and Maintenance Fund, and due to the limited and specialized scope of the required services, Ricondo & Associates, Inc. does not propose any MWBE/LDB/VBE participation on this addendum. [Reference PSC meeting held September 25, 2018, Agenda Item No. 6]. INFORMATION ITEM A

98 PURCHASING SUBMITTALS FOR BOARD NOTIFICATION - OCTOBER 2018 Award Action Competition Vendor RFQ Veytec, Inc. Committee Approval CPC 8/6/18 Cost Funding Description of Goods or Service Term Date Signed $213, O & M Funds & Capital Expenditure Funds Purchase of Fourteen (14) Cisco Industrial Ethernet Switches, related equipment and support for the Phase 4 Replacement Project. One Time Purchase 9/24/2018 Award RFQ Southeastern Paper Group CPC 8/20/18 $222, O & M Funds Purchase of Jumbo roll bath tissue supply. Term 9/10/18-12/31/18 9/5/2018 Award RFQ Andrews Filter & Supply Corporation CPC 8/20/18 $163, O & M Funds Purchase of various types of Rigid Box Type HVAC Air Filters to be provided on an "as-needed" basis. Term 9/7/18-7/31/19 9/5/2018 New Award GOAA Bid New Image Upholstery, Inc. CPC 4/9/18 $134, O & M Funds Upholstery Services for Passenger Style Seating. Contract Term 8/1/18-7/31/21 6/15/2018 Amendment No. 5 Renewal Option GOAA Bid PS-405 Foster & Foster Consulting Actuaries Inc. d/b/a Foster & Foster, Inc. PM Memo 8/13/18 $36, DB Plan & OPEB Trust Pension & Other Post Employment Benefits Trust (OPEB) Actuarial Valuation Services - Option No. 2 Contract Term 10/13/18-10/12/19 9/14/2018 Amendment No. 3 Contract Adjustment GOAA Bid Home Paramount Pest Control Company PM Memo 8/2/18 $6, Capital, GARB's, CFC's & PFC's Funds Pest Control Services OIA & OEA - Provide pest control services at the SAC Trailer Complex to fourteen (14) Trailers. Remainder of Term 6/15/18-6/30/19 9/12/2018

99 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Phillip N. Brown, Chief Executive Officer DATE: October 10, 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 B

100 NOTIFICATION OF RELEASE OF RFP/IFB/RFQ and Committee Dates for October, 2018 TYPE OF RELEASE IFB IFB IFB IFB SERVICE/TYPE Dock Leveler Preventative Maintenance and Repairs Air Ductwork Cleaning Services Fire Sprinkler Systems Maintenance Services Parking Garage Janitorial Maintenance RELEASE DATE Oct Oct Oct Oct 2018 Committee and Date CPC December 2018 CPC December 2018 CPC December 2018 CPC December 2018 AWARD DATE January 2019 January 2019 January 2019 January 2019 SCOPE/SERVICE VALUE/TERM REASON Dock Leveler Preventative Maintenance and Repairs Air Ductwork Cleaning Services Fire Sprinkler Systems Maintenance Services Parking Garage Janitorial Maintenance Services $100,000 3 years with two one year options $300,000 3 years with two one year options $1,500,000 3 years with two one year options $5,201,839 3 years with 2 one year options Current Contract Expiring New Contract Current Contract Expiring Current Contract Expiring RFP Underwriter Services Oct Finance Nov/Dec 2018 January 2019 Underwriter Services for 2019 Bond Unknown 3 years with 2 one year options New Contract

101 Planning, Engineering and Construction NOTIFICATION OF RELEASE OF RFP/RFB/RFQ for October 10, 2018, Board Agenda TYPE OF RELEASE Request for Letters of Interest (LOIs) Request for Letters of Interest (LOIs) SERVICE/TYPE Continuing Bridge Inspection Consulting Services (W398) Airport Consulting Services (to the Finance Department) (W399) RELEASE DATE October 2018 October 2018 AWARD DATE February 2019 February 2019 SCOPE/SERVICE VALUE/TERM REASON Continuing Bridge Inspection Consulting Services (W398) at the Orlando International Airport, Orlando Executive Airport and Other Facilities operated by the Greater Orlando Aviation Authority. Services may include, 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 updating the current inspection reports, and all other related services including coordination with the Aviation Authority, its consultants, the City of Orlando, Florida, and all agencies having jurisdiction over the Orlando International Airport and Orlando Executive Airport. The services may also include studies and preparation of reports involving scope definition and validation of projects, design, bid procurement and award, permitting, construction administration, technical support and review of documents prepared by others, design management support on various Aviation Authority projects, and other engineering and related professional services. Airport Consulting Services (to the Finance Department) (W399) at the Orlando International Airport, Orlando Executive Airport and Other Facilities operated by the Greater Orlando Aviation Authority. Services may include the performance of airport consulting and related professional services, including but not limited to recommending rental and other charges for use of airport facilities and in projecting revenues to be derived from the operation of airports, estimates and financial Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional oneyear terms. Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional oneyear terms. Current continuing agreements expire in June Current continuing agreements expire in June 2019.

102 Request for Letters of Interest (LOIs) Continuing Signage Construction Services (W400) October 2018 February 2019 projections, rates and charges analysis, Federal Aviation Administration (FAA) policy on rates and charges, airport service facilities fee analysis, aviation market studies, capital program financial analysis, feasibility reports for bond issuance, and eligibility and other matters necessary to support the Aviation Authority Continuing Signage Construction Services (W400) at the Orlando International Airport, Orlando Executive Airport and Other Facilities operated by the Greater Orlando Aviation Authority. Services may include, but are not limited to, replacement and/or repairs of bituminous, single-ply or metal panel roofing systems, metal decks, non-structural light weight concrete decks, roof deck insulation, flashings, copings, equipment curbs, termination points, expansion joints, roof drains and flashing, and associated roofing accessories, metal flashing or other roofing systems and components and other work normally associated with roofing construction, as well as waterproofing, skylight, and other moisture proofing repairs for structures. The contractor must be certified to install/repair roofs currently under warranty from Soprema, Firestone, and GAF. Base Agreement is no cost; cost will be determined by task as needed. Term will be for a period of three years with optional renewal periods of two additional oneyear terms. Current continuing agreements expire in June Page 2 of 2

103 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Construction Committee DATE: October 10, 2018 ITEM DESCRIPTION Notification of Construction Committee s Recommendations to the Chief Executive Officer for Approvals in connection with the West Security Screening Check Point (SSCP) Expansion Program, at the Orlando International Airport, for October 2018 Board Meeting BACKGROUND Passenger traffic at the Orlando International Airport (MCO) has grown to record levels with continued growth forecasted through the foreseeable future. In addition to increased passenger traffic, ongoing evaluation of the security-screening requirements for access to the secured areas of MCO is being done by the Transportation Security Administration (TSA). TSA has requested that additional security screening lanes be added to the West SSCP to alleviate congestion. Currently, the West SSCP has fifteen security screening. Aviation Authority staff has evaluated the use of the existing West SSCP to determine a more efficient use of the West SSCP to alleviate the congestion. The evaluation resulted in a plan that will expand the West SSCP by increasing the number of screening lanes to sixteen, with a planned Phase 2 Expansion up to 21 screening lanes, which will result in an increased per hour screening throughput and more efficient use of the existing space for proficient queuing. Relocation of the Orlando Police Department (OPD) substation offices currently located adjacent to the West SSCP is also required as part of the West SSCP expansion. To expedite the expansion of the West SSCP, on June 20, 2018, the Aviation Authority Board authorized the Construction Committee to recommend to the Chief Executive Officer approval of construction contracts and professional services agreements in connection with the West SSCP Expansion Program, up to a maximum amount of $15 million. ISSUES The following list represents contracts recommended by the Construction Committee (CC) to be executed by the Chief Executive Officer requiring notification to the Aviation Authority Board: Amendment No. 2 to Addendum No. 25 to the Professional Services Agreement with C.T. Hsu & Associates, P.A. for Additional Construction Administration Services for Additions of a Video Wall for BP No , West Security Screening Check Point (SSCP) Expansion, at the Orlando International Airport, for the total not-to-exceed fee amount of $26,100, with funding from Capital Expenditure Fund and the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds. [Reference CC meeting held September 18, 2018, Agenda Item No. 8]. Amendment No. 1 to Addendum No. 24 to the Professional Services Agreement with C.T. Hsu & Associates, P.A. for Additional Design, Bid and Award Phase A/E Services for INFORMATION ITEM C

104 Additions of a Video Wall for BP No , West Security Screening Check Point (SSCP) Expansion Package 2, at the Orlando International Airport, for the total lump sum fee amount of $9,380, with funding from Capital Expenditure Fund and the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds. [Reference CC meeting held September 18, 2018, Agenda Item No. 9]. Purchase of 34 LG Monitors from Signature Technologies, Inc. dba Com-Net Software (Com-Net) in support of Project BP No , West Security Screening Check Point (SSCP) Expansion, at the Orlando International Airport, for the total not-to-exceed expense amount of $100,640, with funding from Capital Expenditure Fund. [Reference CCM meeting held October 2, 2018, Agenda Item No. 14]. FISCAL IMPACT The fiscal impact for the above-listed items is $136,120. The cumulative total for approved services in connection with West Security Screening Check Point (SSCP) Expansion Program is $10,196,251. Funding is from Capital Expenditure Fund and the Aviation Authority s Line of Credit to be reimbursed by General Airport Revenue Bonds. Please let me know if you have any questions concerning the above information.

105 GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport One Jeff Fuqua Boulevard Orlando, Florida MEMORANDUM TO: Members of the Aviation Authority FROM: Stanley J. Thornton, Chair, Professional Services Committee DATE: October 10, 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 (Professional Services Committee) and (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 September 30, INFORMATION ITEM D

106

107

108

109

110

111

112

113

114

115

116

117

118

119

120

121

122

123

124

125

126

127

128

129

130

131

132

133

134

135

136

137

138

139

140

141

142

143

144 CONSTRUCTION PROGRESS REPORT For Board Meeting of October 10, 2018 ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS INFORMATION ITEM - E -

145 MCO LOCATION MAP FOR ACTIVE CONSTRUCTION PROJECTS Project No Description Contractor (Vendor) BP MCO AIRSIDE 4 IMPROVEMENTS PROGRAM - FIS/CBP RENOVATION AND WING EXPANSION Hensel Phelps Construction Co. BP MCO TAXIWAY J REHABILITATION AND RELATED WORK The Middlesex Corporation BP MCO HYATT REGENCY GUEST ROOM/CORRIDOR RENOVATION T&G Constructors BP MCO AIRSIDES 1 AND 3 APRON REHAB PHASE 2 Carr & Collier Inc. BP MCO MOTOR POOL FUEL TANK REPLACEMENT RC Development Group Inc. BP MCO PARKING GARAGE B CHILLER REPLACEMENT Air Mechanical & Service Corp. BP MCO REMOTE SORTING FACILITY HVAC REPLACEMENT Key Mechanical Services, Inc. BP MCO INTRUSION DETECTION SYS. & POND SECURITY FENCING (D/B) R. L. Burns, Inc. BP MCO WEST SECURITY SCREENING CHECK POINT EXPANSION H. W. Davis Construction, Inc. BP-S00127-MCO MASS CLEARING, GRUBBING AND EXPANSION OF LAKE GILLOOLY (GMP#2-S) Hensel Phelps Construction Co. Inc. BP-S00129-MCO TURNER-KIEWIT GENERAL CONDITIONS (GMP#4-S) Turner-Kiewit Joint Venture BP-S00130-MCO LANDSIDE CLEAR/GRUB/EARTHWORK/GRADING (GMP#5-S) Turner-Kiewit Joint Venture BP-S00132-MCO BAGGAGE HANDLING SYSTEM (DBOM) Vanderlande Industries, Inc. BP-S00133-MCO SITE UTILITIES (GMP#2-S.1) Hensel Phelps Construction Co. Inc. BP-S00134-MCO TURNER-KIEWIT GENERAL CONDITIONS FY2018 OCT-DEC (GMP#4-S.1) Turner-Kiewit Joint Venture BP-S00138-MCO LANDSIDE DEEP FOUNDATIONS (GMP#5-S.1) Turner-Kiewit Joint Venture BP-S00139-MCO LANDSIDE SITE UTILITIES AND BALANCE OF SITEWORK (GMP#5-S.2) Turner-Kiewit Joint Venture BP-S00140-MCO ENPLANE/DEPLANE BRIDGE & ROADWAYS - FDOT (GMP#5-S.3) Turner-Kiewit Joint Venture BP-S00141-MCO LANDSIDE CONVEYING EQUIPMENT (GMP 5-S.4) Turner-Kiewit Joint Venture BP-S00142-MCO AIRSIDE TERMINAL, FOUNDATIONS (GMP#6-S) Hensel Phelps Construction Co. Inc. BP-S00143-MCO AIRSIDE TERMINAL, STRUCTURE & ENCLOSURE (GMP#6-S.1) Hensel Phelps Construction Co. Inc. BP-S00144-MCO AS TERM, ENCLOSURES AND EXT FINISHES (GMP#6-S.2) Hensel Phelps Construction Co. Inc. BP-S00145-MCO AIRSIDE TERMINAL, EARLY INTERIORS (GMP#6-S.3) Hensel Phelps Construction Co. Inc. BP-S00146-MCO LANDSIDE TERMINAL STRUCTURE AND ENCLOSURE (GMP#7-S) Turner-Kiewit Joint Venture BP-S00150-MCO PARKING FACILITY PHASE 1 (GMP#9-S) Turner-Kiewit Joint Venture BP-S00151-MCO PARKING FACILITY PHASE 2 (GMP#9-S.1) Turner-Kiewit Joint Venture BP-S00152-MCO APRON/AIRFIELD (GMP#10-S) Hensel Phelps Construction Co. Inc. BP-S00154-MCO FUELING SYSTEM (GMP#11-S) Hensel Phelps Construction Co. Inc. BP-S00156-MCO CENTRAL ENERGY PLANT AND EPG BUILDING (GMP#14-S) Turner-Kiewit Joint Venture BP-S00159-MCO HP GENERAL CONDITIONS FY2018 PART 1 (GMP#16-S) Hensel Phelps Construction Co. Inc. BP-S00163-MCO ENPLANE/DEPLANE BRIDGE & ROADWAYS BALANCE OF WORK-FDOT (GMP#5-S.5) Turner-Kiewit Joint Venture BP-S00170-MCO UNDERGROUND ELECTRICAL DISTRIBUTION (GMP#5-S.6) Turner-Kiewit Joint Venture E MCO PARKING GARAGE A LIGHT FIXTURE REPLACEMENT Bergelectric Corp. E MCO INVENTORY AND MARKING OF AIRFIELD LIGHTING ON VARIOUS TAXIWAYS H. L. Pruitt Corporation E MCO FUEL FARM SECURITY IMPROVEMENTS Electric Services, Inc. E MCO MONITORS FOR BAGGAGE MAKEUP DEVICES Morton Electric, Inc. E MCO LANDSIDE AS 2 & AS 4 APM STATIONS - CONVERT LIGHTING TO LED Morton Electric, Inc. E MCO ELECTRIC MANHOLE 70 REPLACEMENT WITH JUNCTION CAN PLAZA STRUCTURE H. L. Pruitt Corporation E MCO AS 1 & AS 4 BIOMETRIC BOARDING GATE POWER Electric Services, Inc. H MCO S CELL LOT ACCESS RD IMPRV FOR S PARK PL & TRAVEL PLAZA Prime Construction Group, Inc. H ORL ORL AIRPORT TREE OBSTRUCTION MITIGATION - PHASE 1 Carr & Collier Inc. H MCO NTC LEVEL 1, GREASE TRAP SANITARY LINE REPLACEMENT Carr & Collier Inc. H MCO SECURITY GATES ACROSS B-8 CANAL Carr & Collier Inc. H MCO EMPLOYEE PARKING BUS LOOP PAVEMENT REHABILITATION Valencia Contruction Group, Inc. H MCO DRAINAGE REPAIRS AT TAXIWAY B2 AND JET BLUE PARKING Carr & Collier Inc. H MCO AEROTERM STORM DRAINAGE REPAIR Cathcart Construction Company - Florida, LLC H-S00012-MCO SOUTH APM FENCING AGGREGATE Cathcart Construction Company - Florida, LLC H-S00014-MCO STC TRAILER RELOCATION - RIB AND STOCKPILE PREPARATION Prime Construction Group, Inc. H-S00015-MCO STC TRAILER RELOCATION - RIB DIRT RELOCATION AND STABILIZATION Prime Construction Group, Inc. H-S00016-MCO RAC MAINT/STORAGE AND QTA FACILITIES - EARLY CLEAR & GRUB Prime Construction Group, Inc. L MCO COMMUNICATIONS SERVICES DELIVERY (ON-CALL SVS - ORION) Orion Management Services, LLC L MCO COMMUNICATION SERVICE DELIVERY Quality Cable Contractors, Inc. L MCO ON-CALL LOW VOLTAGE SERVICES (FY18-ORION) Orion Management Services, LLC L MCO ON-CALL LOW VOLTAGE SERVICES (FY18-OBTS) Orlando Business Telephone Systems, Inc. L MCO ON-CALL LOW VOLTAGE SERVICES (FY18-GLOBAL ONE) Global One Networks, LLC L MCO BIOMETRIC PASSENGER PROCESSING PROGRAM Orlando Business Telephone Systems, Inc. L MCO ON-CALL LOW VOLTAGE SERVICES (FY19-ORION) Orion Management Services, LLC L MCO ON-CALL LOW VOLTAGE SERVICES (FY19-GLOBAL ONE) Global One Networks, LLC L MCO ON-CALL LOW VOLTAGE SERVICES (FY19-QCC) Quality Cable Contractors, Inc. PS MCO Maintenance SKIDATA, Inc. R MCO EMERGENCY ROOF REPAIRS AND WATERPROOFING MAINTENANCE P&A Roofing and Sheet Metal, Inc. R ORL COLONIAL PROMENADE BUILDING 238 ROOF REPLACEMENT P&A Roofing and Sheet Metal, Inc. R ORL COLONIAL PROMENADE BUILDING 239 ROOF REPLACEMENT P&A Roofing and Sheet Metal, Inc. R MCO UNITED HANGAR (BLDG. #407) ROOF REPAIR (HURRICANE IRMA) P&A Roofing and Sheet Metal, Inc. R MCO MAINTENANCE SHOPS BUILDING ROOF REPAIRS P&A Roofing and Sheet Metal, Inc. R-S00001-MCO HBJ WAREHOUSE ROOF REPLACEMENT P&A Roofing and Sheet Metal, Inc. V MCO LANDSIDE B H. W. Davis Construction, Inc. V MCO ADDITIONAL PARCS MISC CONCURRENT VERTICAL REQUIREMENTS H. W. Davis Construction, Inc. V MCO HYATT REGENCY BALLROOM LIGHTING MODIFICATIONS R. L. Burns, Inc. V MCO LANDSIDE LEVEL 3 NURSING ROOMS (DESIGN/BUILD) H. W. Davis Construction, Inc. V MCO AIRSIDE 4 CENTRAL CHILLER PLANT MISC. ITEMS H. W. Davis Construction, Inc. V MCO ADDITIONAL TENANT RELOCATIONS H. W. Davis Construction, Inc. V MCO AIRSIDE 1 FIS TILE INSTALL AND RESTROOM REPAIR H. W. Davis Construction, Inc. V MCO SANITARY & GREASE LINE REPLACEMENT-LANDSIDE, LEVEL 1 R. L. Burns, Inc. V MCO AIRSIDES 1, 2, 3 & 4 SERVICE ANIMAL RELIEF AREA (SARA) H. W. Davis Construction, Inc. V MCO LANDSIDE LEVEL 1, A & B CANOPY STRUCTURE H. W. Davis Construction, Inc. V MCO PIER 22 N TERM BAGGAGE HANDLING SYSTEM (BHS) REINSTATEMENT R. L. Burns, Inc. V MCO AIRSIDE 4 SANITARY SEWER REPAIR AND RESTORATION Gomez Construction Company V MCO RESTROOM TRAILER SETUP AT TNC PARKING AREA (D/B) Gomez Construction Company V MCO LANDSIDE LEVEL 2, A-SIDE BAG MAKE-UP DOOR REPLACEMENT (D/B) R. L. Burns, Inc. V MCO INSTALL CT-80 IN A AND B SIDE NON-CONVEYABLE SCREENING ROOMS Gomez Construction Company V MCO LANDSIDE EXPANSION JOINT REPLACEMENT Gomez Construction Company V MCO REPLACE EXHAUST FANS AT TERMINAL B TUG ROW The Collage Companies V MCO AIRSIDE 2, LEVEL 1, WING 9 RESTROOMS RENOVATION (D/B) Gomez Construction Company V MCO GOAA GEAR AND VAULT ROOM FLOOR PAINTING Gomez Construction Company V MCO INSTALLATION OF HVAC MINI SPLIT UNITS AT LS SECURITY BOOTHS The Collage Companies V-S00008-MCO HBJ HVAC REPLACEMENT AND MISC. ELECTRICAL IMPROVEMENTS Gomez Construction Company V-S00009-MCO SOUTH ROADWAY OT-16 BRIDGE MOUNTED ROADWAY SIGN (D/B) H. W. Davis Construction, Inc. V-S00010-MCO HBJ WAREHOUSE INTERIOR RENOVATIONS (DESIGN/BUILD) Gomez Construction Company V-S00011-MCO PDL OFFICE BUILD OUT - OPERATIONAL READINESS D/B Gomez Construction Company BP-467/BP-00474/ BP /BP488/ E-162/ E-242/E-245/E-246/E-247/ V-745/V- 837/V-745/ V-823 /V-859/ V866/ V-00849/V-868/V-865/V-886/V-888/V-889/V-890/V- 892/V-894/V-899/ E-230 R-092 BP-478 V BP479, BP-483, E247, H301, H305, V-S008, VS010 L-006, L016, L-00025, L-027, L-028, L-029, L- 031, L032, L-034, L035, R-S001 V-869, V-S010 and V-S011 are located at various locations. V861/ V-765 H-S012/H-S014/ H-S015 H-294 R-088/ R-093 H-294/BP470 BP-481 V-893 BP-443/V-851/ V-871 E BP-S127/BP-S129/ BP-S130/BP-S132/BP-S133 / BP-S134/BP-S138/BP-S140/ BP-S141/BPS142/ BP-S143/BP-S144/BP-S145/BP-S146/BP-S150/ BP-S151/BP-S152 /BP-S00154/BP-S156/BP-S163 /BP-S170/E-243/HS016/V-S09

146 H ORL ORL AIRPORT TREE OBSTRUCTION MITIGATION - PHASE 1 Carr & Collier Inc. R ORL COLONIAL PROMENADE BUILDING 238 ROOF REPLACEMENT P&A Roofing and Sheet Metal, Inc. ORL LOCATION MAP FOR ACTIVE CONSTRUCTION PROJECTS R ORL COLONIAL PROMENADE BUILDING 239 ROOF REPLACEMENT P&A Roofing and Sheet Metal, Inc. R-00090/ R H301 Various Locations